Loading...
HomeMy WebLinkAboutResolution - 2006-R0389 - Contract For Parks Irrigation System Groundwater Conversion -Craig Wallace Const - 08/10/2006Resolution No. 2006-RO389 August 10, 2006 Item No. 6.5 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract between the City of Lubbock and Craig Wallace Construction for Parks Irrigation System Groundwater Conversion, Phase I Development, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this loth day of August , 2006. DAVID A. MILLER, MAYOR ATTEST: Reb ca Garza, City Secretary APPROVED AS TO CONTENT: Thomas Adams, Deputy City Manager APPROVED AS TO FORM: M. Knight, gs/ccdocs/Parks Irrigation Sys Groundwater Conversion.res 8.1.06 -2 fig � 6,Nr-) CHECK BEST RAUQU LICENS -C I TEXAS ` BAT � BY CITY OF LUBBOCK SPECIFICATIONS FOR PARKS IRRIGATION SYSTEM GROUNDWATER CONVERSION, PHASE I RFP #06-710-13M CONTRACT #7012 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompany. coml "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas RFP# 06-710-13M, Addendum # 1 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13TH STREET WBBOCK, TEXAS 79401 PH: (806)775-2163 FAX: (806)775-3326 http://purchasing.ei.lubbock_Ex.us DATE ISSUED: CLOSE DATE: ADDENDUM # 1 RFP # 06-710-BM Parks Irrigation System Groundwater Conversion, Phase I July 18, 2006 July 26, 2006 @ 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In the section GENERAL INSTRUCTIONS TO OFFERORS, paragraph 18, PLANS FOR THE CONTRACTOR, CHANGE the first sentence to read as follows: The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. 2. In Specifications, SECTION 15120, PART 1 GENERAL, paragraph I.1 SUMMARY, CHANGE the quantity of three-inch meters from 22 to 30. 3. CXT Concrete Buildings, Inc. is an approved manufacturer of the concrete control buildings. The can be contacted at: hM://www.lbfoster.com/cxt/c=recastyroducts/index.hftffl or www.cxtine.com . 4. Please see Supplemental Drawings of transformer stands and Enclosure Chart provided by the Engineer. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions maybe faxed to (806)775-3326 or Email to :l�'1iacnaia• {i.'Ill ltlbbock.us. IN—,r 2lLA A$j8j CITY OF LUBBOCK Bruce MacNair Interim Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise, the City of Lubbock Interim Public Works Contracting Officer if an, rj language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. RFPff 06-710-BMAdI 9 es=-&=-assoaRe7-s ARCHITECTS • ENGINEERS • ENVIRONMENTAL • CONSTRUCTION MANAGEMENT DESIGN -BUILD • MASTER PLANNING • DEMOGRAPHICS ADDENDUM Owner p Contractor Architect © Field Project Name: Pants Irrigation Project Phase I Addendum No.: One (1) City of Lubbock 1625 13'h St Project No.: 05122 Lubbock, Texas 79457 A This addendum shall be considered part or the contract Docuuwnts far the above mentioned project as though it has beta issued al the swm time and incogxwafod integrnily therewith. Wtxte provisions of the "lowing supptetrtcntnry &to differ from those of the original com act fk4 m eats, this Addendum dWI govern and take ptt ocdeme. Bidden tut hereby notified that they shall tnake any necessary adjustmcuts in their astimaics on account of this Addrndunt. It will be coostnted that each Bidder's proposal is whmiaed with full knowledge of all modifications and suppitmenW data spmitkd berein. item No. One: Supplemental drawings of transformer stand: Provide transformer stand as shown in the attached supplemental drawings 1,2, and 3. Item No. Two: Enclosure chart: Provide enclosures and associated concrete pads of dimensions shown in the attached "Enclosure Chart" on supplemental drawing 4.1'1e,ce note tfiat 11l's chi art revues the dimensions of the concrete ids and the dinwrts_ions of the caglost- END OF ADDENDUM The seat appearing on Vils document was authorized by Joe P. Grimes, P.E. 48231 on 26 June, 2006. PiE rFr J. ,� 4s ! a`. 4$231 w .'Alll1NA L-- (806) 863-2462 ADDENDUM NUMBER ONE (1) p.o. box 65 (806) 863-2479 fax Page 1 of 5 wolfforth, texas 79382 SOLT TO ENCLOSURE WITH 3/8" x 2" HEX BOLT WITH NUT, LOCK WASHER AND TWO FLAT WASHERS, TWO THUS T.6" 7'-6" 7, 0„ 1/4" --- Fn TRANSFORMER SUPPORT\ �r INTERMEDIATE4 BRACE: 2"x2"x318" j STEEL ANGLE 114 — E 44, .BOLT TO CONCRETE WITH 3/8" x 4" CONCRETE EXPANSION BOLT 1 `-8" 3" MIN. ELEC. LEGS: ELEVATION 2" x 2" x 3/8" STEEL ANGLE 4-THUS 318" END PLATE PROVIDE THUS @ MAHON. REMINGTON PARKS SUPPLEMENTAL DRAWING NO. 1 9 3 grimes = associates _ µ (806) 663-2462 Architects 1 Engineers P.O. Box 66 LUBBOCK PARK WELLS (806) 863-2479 Fax Wolfforth, Texas 79382 LUpatee:: 06/2 6f26106 Pagre 2 of 5 3' 114" V.811 MIN. ELEC. TRANSFORMER ELEVo SUPPORT LEGS- _ INTERMEDIATE 2" x 318 BRACE: STEEL �NGLE 2" x 2' x 3/8" 4-THQ,5 STEEL ANGLE 114" U-7 --------- ___...__---.___.-..BOLT BOLT TO CONCRETE WITH 3/8" x 4" CONCRETE EXPANSION BOLT 318" END PLATE PROVIDE THUS @ KASTMAN, RIBBLE- PARKS SUPPLEMENTAL DRAWING NO. 2 names --&-- associates-. LUBBOCK PARK WELLS 1(806) 863-2462 Architects / Engineers P.O. Box 65 LUBBOCK, TX 9'(806) 863-2479 Fax Wolfforth, Texas 79382 Date: 06/26/06 Page 3 of 5 BOLT TO ENCLOSURE WITH 3/8" x 2" HEX BOLT WITH NUT, LOCK WASHER AND TWO FLAT WASHERS, TWO THUS 9'-6" SHELF:--- TRANSF 2" x 2" x 3/8" co XSUPPOS STEEL ANGLE 4 THUS o 1,14", TYPICAL --d JL -a- 9 '-6" 3- TRANSFORMER--_ --., 1� SUPPORT Z Z' x 2" 318 ti STEEL ANGI 4-THO INTERMEDIATE BRACE* 2" x 2*x 318" STEEL ANGLE 114" TYPICAL 318' ENE) PLATE ...... ----- ---- - BOLT TO CONCRETE WITH 318" x 4" CONCRETE EXPANSION BOLT PROVIDE THUS @ ELMORE PARK SUPPLEMENTAL DRAWING NO. 3 . . ....... .. ----- - ----- - ------------ immes & associaft� . ..... .. .. .. ------- . . ... ...... LUBBOCK PARK WELLS (806) 863-2462 Architects I Engineers P.O. Box 65 LUBBOCK, TX 9 (806) 863-2479 Fax Wolfforth, Texas 79382 Date: 06126106 Page 4 of 5 ENCLOSURE CHART WELL NAME CONFIGURATION -STYLE CONC. PAD DIMS-D x W x H ENCLOSURE DIMS-D x W x H MAYSTEEL ENCLOSURE MODEL NO. DURAN-N STYLE 2 48 x 48 x 6 42 x 42 x 53 EL100-41 DURAWS STYLE 1 48 x 48 x 6 42 x 42 x 53 EL100-41 ELMORE-NE STYLE 2 60 x 60 X 6 54 x 54 x91 EL100-91 ELMORE-SE STYLE 3 60 x 114 x 6 54 008 x 91 EL100-92 ELMORE-W STYLE 3 60 x 114 x 6 54 x108 x 91 EL100-92 NOEL-N STYLE 2B 48 x 48 x 6 42 x 42 x 53 EL100-41 NOEL-W STYLE 18 48 x 48 x 6 42 x 42 x 53 EL100-41 KASTMAN-E STYLE 2 60 x 60 X 6 54 x 54 x 71 EL100-71 KASTMAN-W STYLE 3 60 x 114 x 6 54 x 108 x 71 EL100-72 LOPEZ-1 STYLE 1 48 x 48 x 6 42 x 42 x 53 EL100-41 MAHONWN STYLE 2 48 x 48 x 6 42 x 42 x 53 EL100-41 MAHOWS STYLE 3 48 x 90 x 6 42 x 84 x 53 EL100-42 REMINGTOWN STYLE 3 48 x 90 x 6 42 x 84 x 53 EL100-42 REMINGTOWS STYLE 3 48 x 90 x 6 42 x 84 x 53 EL100-42 RIBBLE-NE STYLE 3 60 x 114 x 6 54 x 108 x 71 EL100-72 RIBBLE-SW STYLE 3 60 x 114 x 6 54 x 108 x 71 EL100-72 ROGERS-N STYLE 2 48 x 48 x 6 42 x 42 x 53 EL100-41 ROGERS-S STYLE 1 48 x 48 x 6 42 x 42 x 53 EL100-41 SMITH-1 STYLE 1 48 x 48 x 6 42 x 42 x 53 EL100-41 STEVENS-N STYLE 1 48 x 48 x 6 42 x 42 x 53 EL100-41 STEVENS-S STYLE 1 48 x 48 x 6 42 x 42 x 53 EL100-41 SUPPLEMENTAL DRAWING NO. 4 __ . � grimes --£ _ a_ s_sa_c_ is es_ (806) 863-2462 Architects !f Engineers P.O. Box 65 LUBBOCK PARK WELLS {806) 863-2479 Fax Wolfforth, Texas 79382 LUBBOCK, TX Page 5 of 5 ©ate: 06/26/06 RFP# 06-710-BM, Addendum # 2 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 162513T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2163 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: ADDENDUM # 2 RFP # 06-710-BM Parks Irrigation System Groundwater Conversion, Phase I July 25, 2006 July 26, 2006 @ 2:00 P.M. July 28, 2006 @ I:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Proposal due date and time are CHANGED from July 26, 2006 @ 2:00 P.M. to July 28, 2006 @ 1:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to t. kt.acnairga ii1ylubbo(k.L1s. N1162GIR 4INkel�ll CITY OF LUBBOCK aww Bruce MacNair Interim Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Citv of Lubbock Interim Public Works Contractine Officer if anv lanQuaQe, reuuirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification ' must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. RFP# 06-710-BMAd2 I CITY OF LUBBOCK REQUEST FOR PROPOSALS 1ATe17 TITLE: PARKS IRRIGATION SYSTEM GROUNDWATER CONVERSION, PHASE I ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 06-710-13M PROJECT NUMBER: 903579282.30000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. PROPOSAL SUBMITTAL - PROPOSAL FOR UNIT PRICE CONTRACTS 4. PAYMENT BOND S. PERFORMANCE BOND 6, CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS NOTICE TO OFFERORS NOTICE TO OFFERORS RFP # 06-710-BM Sealed proposals addressed to Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Interim Public Works Contracting Officer, Municipal Building, 1625 13th Street, Suite 102, Lubbock, Texas, 79401, until 2:00 P.M. on July 26, 2006, 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: "PARKS IRRIGATION SYSTEM GROUNDWATER CONVERSION, PHASE I" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Interim Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Interim Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 2:00 P.M. on duly, _26, 2006, and the City of Lubbock City Council will consider the proposals on August 10, 2006, 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 proposals and waive any formalities. The successful proposer 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 proposer 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. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's 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 proposal submitted. There will be a non -mandatory pre - proposal conference on Juty 11 2006 at 9:00 A.M. in the Municipal Building Training Conference Room TCL01 1625 13th Street, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, http://pr.thereproductioneompany.conV, Phone: (806) 763-7770. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer 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 Interim Public Works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors 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 offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals 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 -proposal meetings and proposal openings are available to all persons regardless of disability. If you would like proposal information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK BRUCE MACNAIR, INTERIM PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive proposals to furnish PARKS IRRIGATION SYSTEM GROUNDWATER CONVERSION, PHASE I per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 P.M. CST, July 26, 2006 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP # 06-7I0-BM, PARKS IRRIGATION SYSTEM GROUNDWATER CONVERSION, PHASE I" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Bruce MacNair, Interim Public Works Contracting Officer City of Lubbock 1625 13th Street, Suite 102 Lubbock, Texas 79401 1.2 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1 A The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing s addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandator re- ro osal meeting will be held at 9:00 A.M. July 11 2006 in the Municipal Building Training Conference Room TCL01 1625 13ah Street Lubbock Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 3 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at http://www.RFPdgpot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most up blic libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPde op t.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Interim Public Works Contracting Officer and a clarification obtained before the proposals are received, and if no such notice is received by the Interim Public Works Contracting Officer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Interim Public Works Contracting Officer before offering 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 proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your proposal is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act, 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. S UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors 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. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER IN UIlUES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Interim Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Bruce MacNair, Interim Public Works Contracting Officer City of Lubbock Public Works Contracting Office 1625 13`n Street, Suite 102 Lubbock, Texas 79401 Fax: 806-775-3326 or 806-767-2275 Email: bmacnair c(),mylubbock.us RFPDepot: hM://www.RFPdgpot.com ot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 180 (One Hundred Eighty) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 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 ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 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. 16 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 proj ect. 17 GUARANTEES 17.1 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). 17.2 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 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. 17.3 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. 17.4 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. 18 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. 19 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 proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer 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 proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 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. 20.2 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. 21 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. 22 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. 23 EXPLOSIVES 23.1 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. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer 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. 25 INSURANCE 25.1 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 coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, 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 CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that 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 proposer' 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 proposer'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: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 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. 26.2 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. 26.3 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. 27 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. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal 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 proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer 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. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for (description of the project). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (0 General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j} All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. 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. 31 QUALIFICATIONS OF OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 60% Price. 32.2 5% Resume and references of proposed job superintendent. City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 5% List of potential items from proposer that could reduce the cost of work, but result in the same end product. List shall include suggestions of materials/assemblies, etc. 32.4 5% Insurance claims and litigation during the last three years. 32.5 15% Construction time. 32.6 5% List of subcontractors. 32.7 5% Contractor phasing options which may shorten construction time or minimize disruptions to City operations without increasing proposal amount The estimated budget for the construction phase of this project is $1,000,000. Proposals shall be made on using the enclosed Proposal Form. s 33 SELECTION 33.1 The City shall select the offeror that offers the best value for the City based on the published a selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected .. offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.2 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.3 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. TEXAS LOCAL GOVERNMENT CODE § 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS § 271.116. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS. (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (I) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL PROPOSAL SUBMITTAL UNIT PRICE PROPOSAL CONTRACT DATE: ' 7i✓ '7.f3j (� PROJECT NUMBER: # RFP — 06-710-BM Parks Irrigation System Groundwater Conversion, Phase I Proposal of - (hereinafter called Proposer) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Parks Irrigation System Groundwater Conversion Phase I having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the p ponditions surrounding the construction of the intended project including the availability of materials and labor, hereby a ",';,*t nds to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, �s�Afications and contract documents, within the time set forth therein and at the price stated below. The price to cover all ixpenses incurred in performing the work required under the contract documents. . Estimated Item Quantity rs No. & Unit Description of Item Total Amount . ; 1 LS Mobilization and demobilization f ? TERIALS: $ LABOR: TOTAL. ITEM # 1:� (Unit Price Amounts shall be DURAN PARK A-1. Z LS in both words and numeral( lb case of discrepancy, the t shown in words shall Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS; $ 58 AILS 1 ) LABOR: TOTAL ITEM #A-1: $ �. {3.SVLS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amo6t shown in words shall vern) ��/�fferor's Initials Estimated Item Quantity Item Unit Description of Item Total Amount A-2. 2 LS Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS ` LABOR: ILS( TOTAL ITEM #A-2: $ s(�'�' 11 q ' �' (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govem.) A-3. 670 LF Furnish and install four -inch, C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified and shown. ' MATERIALS: II_F� LABOR: TOTAL ITEM #A-3: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown i words A-4. 1 LS Furnish and install Pump Control Building, complete in with all related appurtenances as specified and shown. MATERIALS: LABOR: TOTAL ITEM #A-4: w "" (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount sho in words shall A-5. 1 LS Furnish and install Control Equipment, complete in p ce, with all related appurtenances as specified and shown. govem.) MATERIALS: - - LABOR: $ ILS( Ly'LiEp -1!'� ) TOTAL ITEM #A-5: $ /LS( 0103 i! . ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, The amount shown in words shall g vem.) \k�vjofferor's Initials 2 Estimated - Item Quantity No. & Unit Description of Item Total Amount A-6. i LS Furnish Starntwater Regulation Compliance, {SWPPP} complete. MATERIALS: $ 2S +Fo- # LABOR: OTAL ITEM #A-6: $ ILS(p , {Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govem.) -) p ' `A DITtAN PARK TOTAL, ITEMS #A -I - #A-6: MATERIALS: $La1 LABOR: $ 0_1 TOTAL Duran Park ITEMS #A-1 - ##A-6: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ovem.) of • � i EilikOO, PARK B-1. 3 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS LABOR: $ S } TOTAL ITEM #B-1: $ ILS 40 {Unit Price Amounts shall be shown in bosh words and numerals. In case of discrepancy, the amount sho in words shalt g vern.} B-2. 3 LS Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ [LS( LABOR:) $_ /LSi ,7A TOTAL ITEM #B-2: $ /Ls( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shai ll .) 4�Offeror's Initials Estimated Item Quantity Total Amount No. & Unit Description of Item B-3. 1945 LF Furnish and install fbur-inch, C-9flo PVC Water Pipe, comple to place, with all related appurtenances as specified and shown. MATERIALS: $ /LF 4 r Auntz • $ /LF TOTAL ITEM #B-3: ` - (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount sha in words shall g_4} 2 LS Furnish and install Pump Control Building, complete in lace, with all related appurtenances as specified and shown. MATERIALS: LABOR: $ 'LS TOTAL ITEM #B-4.: $ o (Unit price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown n words shall g em.) B-5. 2 LS Furnish and install Control Equipment, complete in pl e, with all related appurtenances as specified and shown. MATERIALS: LABOR: $ ILS �10 TOTAL ITEM #B-5: $ ILS�� w) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall go ern.} �3 B-6. 1LS Furnish Stormwater Regulation Compliance, (SWPPP) complete. MATERIALS: $M /LS( t y ) LABOR: $.�.. TOTAL ITEM #B-6: $— �l S (Unit Price Amounts shall be shown in both words and numerals_ in case of discrepancy, the amount shown in words shall govern.) AVV�Offeror's Initials Estimated Iten1 Quantity No. & Unit Description of Item Tota Amount ELMORE PARK TOTAL, ITEMS #B-1 - #B-6: MATERIALS: $ 3 (t LABOR: $ �. 1 *OTAL Elmore Park ITEMS #B-1 - #B-6: $ (Unit Price Amounts shall be shown in both words and numerals. in ease of discrepancy, the amount shown in w s shall ovem.) ,3 Hoel PARK C-1. 2 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS( LABOR: TOTAL ITEM #C-1: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall C-2. 2 LS Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /L ( ru. LABOR: $ S `7� ) TOTAL ITEM #C-2: $ (Unit Price Amounts shalt be shown in both words and numerals. In ease of discrepancy, the amount shown in w� �s shall go ent) C-3. 1054 LF Furnish and install four -inch, C-900 PVC Water Pipe, comp to in place, " •Aft with all related appurtenances as specified and shown. NIAi ERIALS: $ /LF( T�'L—C � ) LABOR: $ /LF( 7T Zo-.t TOTAL ITEM #C-3: $ /LF( !!!CtUQ r, ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) kA ffemr's initials 41 Estimated Item Quantity No. & Unit Description of Item Total Amount C-4. 1 LS Fu and install Pump Control Building, complete in pla , wi related appurtenances as specified and shown. MATERIALS: S S "*.OR: ITEM #C-4: $ rice Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wor steal UNI,,ppqq rice F. C_5, Furnish and install Control Equipment, complete in place, with all related appurtenances as specified and shown. MATERIALS: LABOR: $ /'S(�� ) TOTAL ITEM #C-5: $� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g vem.) C-6. ILS Furnish Stormwater Regulation Compliance, (S)APPP) complete. MATERIALS: $ LABOR: $ ILS(�iU . } TOTAL ITEM #C-6: $ CLS( AO-0 <-Tv ) I (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wotds shall govern.) H V',VRK TOTAL, ITEMS #C-1 - #C-6: MATERIALS: $ LABOR: TOTAL Hoel Park $—O—� ITEMS #C-1 - #C-6: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amoun wn in words shall � `" Offuorl s Initials Estimated Item Quantity No. & Unit Description of Item Total Amount KASTMAN PARK D-1. 2 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS(�� LABOR: $ TOTAL ITEM #D-1: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall vem.) D-2. 2 LS Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ LABOR: $ /LS(y a TOTAL ITEM #D-2: $ /LS �Lti,1171 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) �r �3 1625 LF Furtlish and install four -inch, C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified and shown. M,4TIJRIAi S: $ /LF( I BOR: $ /LF( �t,E'I A 9 ) i TOTAL ITEM #D-3: $ /LF(_ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown to words shall g�u .)— DA, 1 LS Furnish and install Pump Control Building, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ ILS 2 6 i 1. - ) LABOR: $ /LS 2 ) Y TOTAL ITEM #D-4: $ /LS . Z—) (Unit Price Amounts shalt be shown in both words and numerals. In case of discrepancy, the amo t shown in words shall %em.) 44-1-� fferor's Initials 7 Estimated Item Quantity No. & Unit Description of Item Total Amount D-5. 1 LS Furnish and install Control Equipment, complete in place, with all related appurtenances as specified and shown. MATERIALS:,.ZZ, `��} LABOR: $- /LS( _ L �V— —} TOTAL ITEM #D-5: $ /LS( ?-C (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall go em.) D-6. 1LS Furnish Stormwater Regulation Compliance, (SWPPP) complete. MATERIALS: $- /LS( uP -� ) LABOR: $_ /LS( u.- '2545 ) L ITEM #D-6: $ /LS } TOTAL (Unit Mee Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) KASTMAN PARK TOTAL, ITEMS #D-1 - #D-6: MA TOTAL Kastman Park ITEMS #D-1 - #D-6: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount LOPEZ PARK in words E-1. 1 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: /LS( _) 4.LAABOR: $ /LS -'S _) TOTAL ITEM #E-1: $ 2S } (Unit Price Amounts shall be shown in both words and nurnerals. In case of discrepancy, the amount shown in words shafl govern.) W'" Offeror's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount E-2. ILS Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. MATERIALS: $. /Ls( H I MS" "-A OR: $ /LS( TOTAL ITEM #E-2: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy. the amount shown in words shall E-3. 300 LF Furnish and install four -inch; C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ LABOR: $ F Z } .o TOTAL ITEM #E-3: $ IF( `�"Lij. 0 0) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in ords shall govern.) E-4. 1 LS Furnish and install Pump Control Building, complete in pi e, with all related appurtenances as specified and sho ... MATERIALS: $ /LS( ' LABOR: $ /LS( s TOTAL ITEM #E4: $ /LS Cl (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount sha in words shalt govern.) --.: E-5. 1 LS Furnish and install Control Equipment, complete in pl e, with all related appurtenances as specified and shown MATERIALS: $ /LS( i'g,E, ., a q • a U ) LABOR: $ /LS( TOTAL ITEM ##E-5: $. /LS( �j .1;3 1A (Unit Price Amounts shall be shown in both words and numerals- In case of discrepancy, the amount shown in words shall govern.) A�Offeror's Initials E Estimated Item Quantity No. & Unit . Description of item Total Amount E-6. ILS Furnish Stormwater Regulation Compliance, (SWPPP) complete. MATERIALS: - LABOR: $ /LS TOTAL ITEM #E-6: $ /LS (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount sho in words shall govern.) LOPEZ PARK TOTAL, ITEMS #E-1 - #E-6: MATERIALS: $ILA �- LABOR: $ TOTAL Lopez Park $ MS #E-1 - #E-6: sY�q (Unit Price Amounts shall be shown in both words and numerals. incase of discrepancy, the amount shown in words shav govern.) MAHON PARK F-1. 2 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ ILS t I• F-2 I N\ AL ITEM #F-I: $ /LS 3 ) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall vein.) 2 LS MATERIALS: Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. LABOR: $ ILS �i 'L ) TOTAL ITEM #F-2: $ ILS 0 (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall go em.) Offeror's Initials 10 Estimated Item Quantity No. & Unit Description of Item Total Amount F-3. 2037 LF Furnish and install four -inch, C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LF((P LABOR: $ iLF( TOTAL ITEM #F-3 : $ /LF f7 t p y} (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall $ em.) F-4. 1 LS Furnish and install Pump Control Building, complete in place, with all related appurtenances as specified pnH chnwn MATERIALS: LABOR: TOTAL ITEM #F-4: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the F-5. 1 LS Furnish and install Control Equipment, complete in place, with all related appurtenances as specified and. shown. MA LAI TOTAL ITEM #F-5: $ /LS( % {Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall F-6. 1LS Furnish Stormwater Regulation Compliance, (SN MATERIALS: $ LABOR: $� _3 •NTAL ITEM ##F-6: $� (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount I1 in words shall ovem.) Offeror's itials Estimated Item Quantity No. & Unit Description of Item Total Amount MAHON PARK TOTAL, ITEMS #F-1 - #F-6: MATERIALS: $ LABOR: $ -.� 4 l t-T - W TOTAL Mahon Park ITEMS 917-1 - #F-6: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ovem.) REMINGTON PARK G-1. 2 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LSi LABOR: $ ILS(14'14 �4fiAL ITEM #G-1: $ ILS ` ti (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words all A vem.) G-2. 2 LS Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. MA S: $ /LS ' 0 LABOR. $ ILS � TOTAL ITEM #G-2: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall go em.) G-3. 60 LF Furnish and install four -inch, C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified and sholn. MATERIALS: a— "-'� " s fBOR: $ iLF ) Y&AL ITEM #G-3: $ /LF ) (unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount sho m words shall oven.) Offeror's Initials 12 Estimated Item Quantity No. & Unit Description of Item Total Amount G-4. 2 LS Furnish and install Pump Control Building, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ ILS(I , LABOR: $_ ILS( TOTAL ITEM #G-4: $_ ILS( (Unit Price Amounts shall be shown in both words and numerals_ In case of discrepancy, the amount shown in words shall govern.) G-5. 2 LS Furnish and install Control Equipment, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ ILS LABOR: TOTAL ITEM #G-5: $ ILS( &-+, (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall go ern.) G-6. ILS Furnish Stormwater Regulation Compliance, (SWPPP) complete. MATERIALS: $ ILS( 1(000 -14, ) LABOR:l , TOTAL (UnPnlce Amounts words shall be shown in both words and numerals. In case of discrepancy, the amount shown in rds shall it govern.) REKWGTON PARK TOTAL, ITEMS #G-1 - #G-6: MATERIALS: $ �S LABOR: $ I TOTAL Remington Park ITEMS #G-1 - #G-6: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in —&Offeror's Initials 13 Estimated Item Quantity No. & Unit Description of Item Total Amount RIBBLE PARK H-1. 2 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS( tI tq`6` LABOR: $— /LS 14115 t TOTAL ITEM #H-l: $ /LS( ` } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ovcm.) H-2. 2 LS Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS D - q 0—} LABOR: $ /LS( TOTAL ITEM #H-2: $ /LS (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g vem.) H-3. 371 LF Furnish and install four -inch, C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified and shown. MATERIALS: $. ILF( EPr'!Pl(o •1•_._) LABOR: $ /LF( I' ) TOTAL ITEM #H-3: $ /LF( 0 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) H-4. 2 LS Furnish and install Pump Control Building, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS(S�l00._(Oq ) LABOR: $ /LS(). TOTAL ITEM #H4: $ /LS .n ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g vemJ � Offeror's Initials 14 Estimated Item Quantiq, No. & Unit Description of Item Total Amount H-5. 2 LS 1=umish and install Control Equipment, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LSCJ+ -j--�M } LABOR: $ /LS( :M JAI,LA) TOTAL ITEM #H-5: $ /LS( u _ mD . } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g vem.) H-6. ILS Fumish:Stormwater Regulation Compliance, (SWPPP) complete. MATERIALS: ° $ /LS(u l e 4y } LABOR: $ /LS('1.4t mP� OTAL ITEM #H-6: $ /LS( 1 . (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) r R.IBBLE PARK TOTAL, ITEMS #11-1- #H-6: MA t TOTAL Ribble Park t° 1. s (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the ROGERS PARK 0. Wifflff'o-ViNEW in words shall tovem.) 1-1. 2 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS( 4 1 ) LABOR: $ /LS( TOTAL ITEM #1-1: $ amount shown in /Lids shall " i ern ) Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy,the amou wn w o I g w .) Offeror's Initials 15 Estimated Item Quantity No. & Unit Description of Item I-2. 2 LS Furnish and install electrical work, complete in place, with all related appurtenances as specified and shown. Total Amount MATERIALS: $ /LS( LABOR: /LS TOTAL ITEM #I-2: $. /LS( V)_ �Wo• H ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ga ern.) I-3. 705 LF Furnish and install four -inch, C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified an shown. MATERIALS: $ /LF 4- r TABOR: $ ILF 0 TOTAL ITEM #I-3: 1 /Lr (Unit price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount own in wards shall I-4. 1 LS Furnish and install Pump Control Building, complete in , with all related appurtenances as specified and shown. MATERIALS: a% sLA13C m � Otit F}rice Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown words shall vem_} 1-5. 1 LS Furnish and install Control Equipment, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ 0 ) LABOR: $. lTsf 9 ) TOTAL ITEM #I-5: $ /LS( l (Unit price Amounts shall be shown in both words and numerals. In ease of discrepancy, the amount shown in words s al g ern) �y42�A1 Offeror's initials 16 Estimated Item Quantity No. & Unit Description of Item Total Amount 1-6. ILS Furnish Stormwater Regulation Compliance, (SWPPP) complete. MATERIALS: $ _ _/LS[_!9�k.2f—(, } LABOR: $ ILS( TOTAL ITEM #I-6: $ ILS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) --t ROGERS PARK TOTAL, ITEMS #I-1- #I-6: MATERIALS: LABOR: $ TOTAL Rogers Park ITEMS #1-1 - #I-6: e,0j—. !2— (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal g vern.) V. SMITH PARK I LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ ILS( �.Sg�• ) LABOR: $ ILS( (?��• ) TOTAL ITEM #J-1: $ ILS (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shallovcm.) J-2. I LS MATERIALS: ;0UNPOR: TOT'. ITEM #J-2: ' (Unit Price Amounts shall be shown in both Fumish and with all rely work, complete in place, s as specified and shown. I C- - - 74, $ -1� $ ILS( 1W $ ILS('LO and Homer a �c an nt shown in words shall g vem_) JI Offeror's Initials 17 Estimated Item Quantity No. & Unit Description of Item Total Amount J-3. 174 LF Furnish and install four -inch, C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified and sho MATERIALS: LABOR: $ ILF ) TOTAL ITEM #J-3: $ ILF i (Unit Price Amounts shall be shown to both words and numerals. In case of discrepancy, the amounts wn in words shall ovem) 53' f J-4. I LS Furnish and install Pump Control Building, complete In place, with all related appurtenances as specified shown. MATERIALS: 2S LABOR: $ /LS �L TOTAL ITEM #J-4: $ /LS (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall J-5_ 1 LS Furnish and install Control Equipment, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /LS(9() LABOR: $ ILS( TOTAL ITEM #J-5: (Unit Price Amounts shall be shown in both words and numerals. hi case of discrepancy, the amount shown in words shall.) J-6. ILS Furnish Stornwater Regulation Compliance, (SWPPP) complete. TERIALS: $Viown Z15.I"1� ) LABOR: $ ) TOTAL ITEM #J-6: (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the as shall govern.) Y 99 Offeror's Initials. . 18 Estimated Item Quantity No. & Unit Description of Item Total Amount SMITH PARK TOTAL, ITEMS 0-1 - #J-6: MATERIALS: LABOR: TOTAL Smith Park ITEMS #J-I - #J-6: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words siffil ovim) STEVENS PARK K-1. 2 LS Furnish and install submersible pumping unit, complete in place, with all related appurtenances as specified and shown, MATERIALS: $_ _ _ /LS( LABOR: $ /LS( TOTAL ITEM #J-1: $ /LS( i h93'• ) (Unit Price Amounts shall be shown in both words and numerals. in cast of discrepancy, the amount shown in words slat vern.) K-2. 2 LS Finnish and install electrical work, complete in place, with all related appurtenances as specified and shown. MATERIALS: LABOR: TOTAL ITEM #J-2: $ /LS , (unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shah vern.) K-3. 466 LF Furnish and install four -inch, C-900 PVC Water Pipe, complete in place, with all related appurtenances as specified and shown. MATERIALS: $ /IE ,.ut. LABOR: $ /LF( TOTAL ITEM #K-3 : $ ILE tb , f go j • �1 � �) (Unit Price Amounts shall be shown in bout words and numerals. In case of discrepancy, the amount shown in words shall I oven.) "V-�"'Offeror's Initials 19 Estimated Item Quantity No. & Unit Description of Item Total Amount K-4. 2 LS Furnish and install Pump Control Building, complete in place, with all related appurtenances as specified and shown. MATERIALS: ' $. fLS(�LS + O Tr�1. _t,�� ) LABOR: $ /LS) TOTAL ITEM #K4: $ ILS (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt g vem. K-5. 2 LS Furnish and install Control Equipment, complete in place, with all related appurtenances as specified and shown. MATERIALS: LABOR: $� TOTAL ITEM #K-5: S ' (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g em.) K-6. 1LS Furnish Stormwater Regulation Compliance, (SWPPP) complete. MATERIALS: $ /LS E LABOR: $ ILS ) TOTAL ITEM #K-6: $ ILS( r (Unit Price Amounts shalt be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.} STEVENS PARK TOTAL, ITEMS #K-1- #K-6: MATERIALS: $IND TOTAL Stevens Park ITEMS #K-1 - #K-6: (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall overn.) Jim Offeror's Initials 20 Estimated Item Quantity No. & Unit Description of Item Total Amount TOTAL PROPOSAL, ITEMS # 1 - #K-6: MATERIALS: TOTAL Proposal ITEMS # 1 - #K-6: `! {Unit Price Amounts shall ra in both words and numerals. In 22. discrepancy, the amount shown in Proposer hereby agrees to commence the work on the above project on or before a a e to be specified in a written "Notice to Proceed" of the Qwner and to substantially complete the project within t? Days (Completed by Contractor) ( I rltten Days CompleteM by Contractor }consecutive calendar days thereafter as stipulated in tl speei ations 6d other contract documents. Proposer hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Proposer understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions. to Offerors. Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of thirty (30) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a batik satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials 21 Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S `�� or Bid/Proposal Bon in the sum of Dollars ($ , which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. I— Date }�� Addenda No. 2 Date Addenda No. Date—L� Addendallo. Date_ Date: 2 W © G Authorized Signature Ott (Ahw-t (Printed or Typed Name) CHAT G Ct),dLL.4CC 611-S J> Company d A rs City, _._� AountvAZXL "I 3 7`- K A s State Zip Code Telephone: �� V " ) 2 W Z �G i Fax: - ^_7 a :2 MIW BE Firm: I i Woman I I Black American Native lliennnir American I I Asian Pacific American 22 Items beseription Savings w/ Profit Electrical 1 Delete Exterior Light Delete Starter & Disconnect Change Transformer to 7.5 KW Change Panel Boards and Breakers to Load Centers reduce numbers of Breakers $ 14,300.00 2 Change Enclosures as needed for equipment $ 19,500.00 3 Reduce number of receptacles, circuits,s wtches and lights $ 5,850.00 4 Reduce Enclosure labor $ 2,704.00 5 Reduce # of conduits from meter base to enclosure $ 9,552.40 6 Delete Ditcher Rental $ 5,264.48 7 Delete compaction of ditches $ 9,620.00 8 Delete Underground Junction Boxes $ 5,002.40 9 Move Transformers to bldgs - reducing wire size, ditching, conduits $ 27,170.00 10 Delete Transformer stands, add L brackets $ 4,097.60 11 Repairs - concrete, boring, patching $ 12,220.00 12 Reduce grounding to 1 ground rod and 1 rebar at each grounding location $ 6,890.00 13 Repair of Underground Piping $ 11,180.00 Sub -Total Electrical Savings $ 133,350.88 Irrigation 8" Combo Trench - @ 42" Electrical Conduit, 12" cover then 4" Waterline and 1 tracer wire, 12" cover and warning tape $ 13,433.68 2 Add for boring for Electrical Conduit $ (3,328.00) 3 8" Trench Width from Well house to Exist Irrigation Line $ 1,395.26 4 Remove Sec 11210, 3.3, Testing Pump $ 4,368,00 Sub -Total Irrigation Savings $ 15,868.94 Optional Irrigation Items 5 Delete Pressure Testing of Irrigation Pipes $ 3,744.00 6 Replace 4" C-900 pipe w/ 4" SDR21 $ 6,163.04 7 Replace Watts Series 994 RPZ w/ Febco 860 Series RPZ $ 5,911.36 8 Remove Netafim Hydro Cyclone 79 -150 GPM and filter with Disc Filters $ 17,924.40 Sub -Total Optional Irrigation Savings $ 33,742.90 Concrete Items 1 Concrete Pads for Electrical $ 1,310.40 2 Footing change $ 5,694.00 Sub -Total Concrete Savings $ 7,004.40 Total Savings from Above $ 189,967.02 Total Savings for Value Engineering Bid Amount $ 1,636,868.00 Value Engineering $ (189,967.02) New Contract Amount $ 1,446,900.98 Bruce MacNair - Parks Irrigation Phase -I Page 1 - From: Wood Franklin To: Thomas Adams; Victor Kilman Date: 8/8/2006 4:53:47 PM Subject: Parks Irrigation Phase I Tom and Victor, We have negotiated a $189,967.02 savings in the contract. This brings the total contract amount to $1,446,900.98, We are working on an additional $50,000 savings by allowing the contractor to change subcontractors on the electrical installation. We do not have the time to finish this part of the negotiation to have it ready for Council this Thursday. We will work on this through a deduction in a Change Order. Please let me know if you have any questions or need any additional forms. s Thank you, Wood Franklin CC: Bruce MacNair; Zoltan Fekete CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent I And Attached to Proposal Submittal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal 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) business 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 proposal. Contractor {Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: �- Cq, 10 Lt t 1 0 Name of Agent/Broker: Agent / Broker (Signature) kk Address of Agept/Broker: City/State/Zip: - [ Agent/Broker Telephone Number: { W ) !� �' Date: . ! ! LOU NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Interim Public Works Contracting Officer for the City of Lubbock at (806) 775-2163. PROPOSAL # 06-710-BM — Parks Irrigation System. Groundwater Conversion, Phase I 24 SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Proposal Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Array Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d_ Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO ✓ If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 25 QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO V If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. UESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO if the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. wav-A-e L Signature Title 26 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or snaking sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its Principals are suspended or debarred by a Federal agency. COMPANY NAME: U60 W C I d I� r Signature of Company Official: Date Signed: — 2.,6 — d � Printed name of company official signing above: A G 'V 27 PAYMENTBOND Bond No. 218 82 27 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 (a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $26,000) KNOW ALL MEN BY THESE PRESENTS, that Crai2 Wallace Construction I, Ltd. (hereinafter tailed the Principal(s), as Principal(s), and Insurance Company of the West (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One million, four hundred fo six thousand, nine hundred & S811o0------------------------------- Dollars ($ 1,446,900.98 )lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 10th day of August , 2006 1 to Parks Irrigation System Groundwater Conversion, Phase 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 17th day of August 2006 Insurance Company of the West Craig Wallace Construction 1, Ltd. Surety'rt 'pal 11—w6t' �By: By:-1�. 0 \ � � L} Cara D. Flancock, . Attorney -In -Fact (Title) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn 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. Insurance Company of the West Sur f { * By: Cara D. Hancock, , Attorney -In -Fact Approved as to form: Citve--6ubbock cy' v ChVlfltorney * 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. Na. O 4194 ICW GROUP Power of A.tterney Laaranee Cody of the West Explorer 1WRx rice Compsmy %dependence Cuw tS' turd S-eq Company KNOW ALL hu1 N BY THESE PRESENTS: That laarsencn Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation dully organized under the laws of the State of Califamia, and Independence Casualty and Surely Company, it Corporation duly arganimd user the laws of the State of Texas, (collectively referred to as the -Companies-). do hereby appoint KE VIN J. DUNN, CARA D. HANCOCIf, JIM41 ER MADDEN their true and lawiiil Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bands, undertakings, and other similar oan 4wu of sumtyship, and any related do=new& In witness whereof the Companies have caused these prewnb to be ma=fteld by its drily authorized officers this 1st day of November, 2005. /fR� v 'sR0 d INSURANCE COMPANY OF THE whl sr �oeSEALg' EXPLORER IIVSURAN(ECOMPANY 0H 00 \ INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary State of califarria ss. County of San Diego On ime 5, 2006 before me, Mary Cobb, Notary Public, pasonahly appeared John I.. Hannum and Jeffrey D. Sweeney, personally brown to me to be the poraom whose names ere subscribed to the within mstrurmcn , and acitnowledged to me that they execraed the same in their author&od capacities. and that by their sigma on the iristrunicK the entity upon behalf of which the persons ftcb4 creamed the InSUUMCM Witness my hand and official seal. Mary Cobb. Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsim5o signatinm and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President as kxrtive or senior vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to CWcute Powers of Atnomey appomtmg the person(s) named as Attorneys)-m-Fau to date, axes vcr sign, seal, and deliver on behalf of the Company, fxddity and surety bonds, uftderlakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURT X That the signatures of the officers melong the appointmera, and the signature of any officer oertifying the validity and current status of the Mpoint a maybe facsimile rgxwm&dona of those a pauim; and the signature and seal of any notary, and the seal of the Company, may be mile represenations ofthose signenires and seals, and such facsimile representations shall have the same face and effect as if manually affbuA The facsimile representab m rderred to herein may be affixed by am pmg, prig, typM or photocopying." CERTEFICATE 1, the undersigoed, Assistant Semmy of it nmu►a Company of the West, Explorer InAm= Company, and Independence Casualty and Surety Company, do hereby certfy that the foregoing Power of Attorney is is toll force and rr'ect, and has not been revolmd, and that the above resolutons were duty adopted by the nespectrm Boards of Directors of the Companies, and are now in full fora. IN WfiNESS WfMtEOF, I have set my hand this 17 th day of August 2006 . Jeffrey D. Sweeney, Assistant Secretary To verify the au &muicity of this Power of Attorney you may call 1-S00-M-1 I I I and ask for thre Sumty Division_ Please refer to the Power of Attomey Number, the above named mdividual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surely Claims, ICW Group. 11455 H Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. IMPORTANT NOTICE To obtain information or make a complaint: 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: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the 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. PERFORMANCE BOND Bond No. 218 82 27 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021 (a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Craig Wallace Construction I, Ltd. (hereinafter called the Principal(s), as Principal(s), and Insurance Company of the West (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One million, four hundred fo six thousand, nine hundredd & 981100---------»�--»- --a-- -- Dollars ($ 1,446,900.98 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 10th day of August , 2006 , to Parks Irfi ation System Groundwater Conversion, Phase I 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 17th day of, August , 2 0L6 lnsurance,�CornpaDV4 the W st r ,, Craig Wallace Construction 1, Ltd. Surety PH al\ By: l B ..' 4 j ( I Cara D. Han ack, ,Attorney -In -Fact (Title) By: (Title) By: (Title) The undersigned surety company represents that it Is duly qualified to do business In Texas, and hereby designates Kevin J. Dunn 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. Insurance Company of he West Su Cara D. Hancock, Attorney -In -Fact Approved as to Form City of__WI:Lbock 1., C_ By: Cifttorney 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. ZIP ICW GROUP Power of Aftoreey Insw2noe Company of tke West Explorer Iranrara CompWay Iidepeadeaee Casu lty and 5imety Company KNOW AIL MEN BY THESE PRESENT'S: That Insurance Company of the West, a Corporation duly organized under the laves of the State of California, Explores hmmince Company, a Corpora m duly organized wider the laws of the State of California, and Independence Casualty and Surety Company. a Corporation duly organized tinder the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint WEVIN ,I. DUNN, CARA D. ECANCOCK,1Elt NMR MADDEN their true and lawful Attorney(s)-m-Fact with authority to date, execute. sign, seal, and dct cr on behalf of the C mpaaiM Wdity and suety bonds, undatakings, and other similar contracts of suretyship, and my related docxtments. in witness whereof; the Companies have caused these M-e&mts to be mmeuted by its duly authorized officers this let day of November, 2W5. �WhMkY Orr lFfb�C�' ��er�aJrao 1 0 r�}0IN`SURANCE COMPANY OF TEE WEST (00' ,SEAL ! N I EXPLORER INSURANCE COMPANY 1.Aa }oy'r�f�■�,p�?i!" a INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary John L. Hann m, Executive Vice President State of California County of Sea Diego On June 5. 2006 before sae, May Cobb, Notary Public, personally appeared John L. Hennum and Jeffrey D. Sweeney, personalty known to me to be the persons whose niam s are sabunbed to the wahm instrument, and ar]mawledged to me that they ocecuted the same m their auuthor=d capacities, and that by *&w sigoattres on the insm me t, the eanty upon behalf of which the person acted, wuzuted due instrument. Wanem my hand and official seal. May Cobb, Notary Public RESOLUTIONS This Power of Attorney is VWICd and is signor, sealed and notarized With facsimile signadtrw and seals carder authority of the following F=hftLons adopted by the respective Boards of Directors of each of the Companies -- 'RESOLVED: That the President, an Examaive or Senior Vim President of the Company, together with the Sectary or any Assistant Sexetmy, are hereby audxw reed to execute Powers of Atmrney appowong the person(s) named as Attomey(s)-m-Faux to date, 0mcute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, cgs, and other similar oontram of murtyship, and any related documents. RESOLVED FURTHEP- 'Thai the signatures of the of5cets maim the appoimtmcnt, and the signature of any offiow certifying the validity and current Status of the appointment, may be %cumiie nepresemtations of those sigmAnes; and the signature and seal of any notary, and the seal of the Company, may be facsmaile representauces of those signsum and seals, and such fammik representations shall have the same farce and effect as if manually affixed The facsimh7e reprezeala ono referred to herein any be affixed by stamping, pnntmg typing, or photocopying.* CERTIFICATE L the undersigned, Assistant Secretary of Insurance Company of the West, F3plorer Insurance Company. and Independatce Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is m fuA force and effect; and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Dir� of the Companies, and are now in full force. IN WTTNF.S.s wBmEoF, I have set my land this 17 th day of August , 2006 `,� t, e �- Jeffrey D. Sweeney, Assistant Secretary To verify the auhenhaty of this Power of Attorney you may call 145 64n-i 11 I and ask for the Surety Division. Please refer to the Power of Attorney Number, the 2bove named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 Ed Carnino Real, San Diego, CA 92130-2045 or call (858) 350-2400, STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars ($ ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of ,20 ,to 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 day of 720 Surety * By (Title) (Company Name) By: (Printed Name) (Signature) (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety *By: (Title) Approved as to Form City of Lubbock By: City 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. CERTIFICATE OF INSURANCE f ACORD. CERTIFICATE OF LIABILITY INSURANCE oiizijz o PRODUCER (806)785-1988 FAX (806)785-2155 Arthur J. Gallagher P.O. Box 53910 Lubbock, TX 79453-3910 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Craig Wallace Construction I, Ltd P.O. Box 6674 Lubbock, TX 79493 INSURERA: First Mercury Ins. Co.(Pacific Id olesale) INSURER B: AIG National (Texas Specialty Ris ) INSURERC: American Int'l Specialty Lines(P G'flC) INSURERD: Texas Mutual Insurance Company INSURER E: Travelers Indemnity f1fIVF0Af2FC THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. INSR NDIYL TYPE OF INSURANCE POLICY NUMBER �C' EFFECTIVE POLICY EXPIRATION 10/01/2006 LIMITS EACH OCCURRENCE $ 1,000100 GENERALLIABILITY FMTX001152 10/01/2005 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ S0 00 CLAIMS MADE [X] OCCUR MED EXP IAmr ors Person) $ , OO A PERSONAL & AOV INJURY S 1,000,00( GENERAL AGGREGATE S 2,000,00( GEWL AGGREGATE LIMIT APPLIES PER: POLICY "'M JECT LOG PRODUCTS - COMPIOP AGG S 2 , 000 AUTOMOBILE LIABILITY ANY AUTO AIG31296S1 10/01/206S 10/01/2006 COMBINED SINGLE LIMIT (Ea accident) b 1,000, BODILY INJURY (Per parson) $ B ALL OWNED AUTOS SCHEDULED AUTOS H€REDAUTOS NON-OWNEDAUTOS X X BODILY INJURY (Peraccident) $ X PROPERTY DAMAGE (Per awdent) $ [GARAGE UABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGC $ $ EXCESSIUMBRELLA LIABILITY X OCCUR CLAIMS MADE BE9034118 10/01/2005 10/01/2006 EACH OCCURRENCE $ 2,000,000 AGGREGATE S DEDUCTIBLE $ RETENTION S 10,00 $ WORKERS COMPENSATION AND TSF0001157376 10/01/2005 10/01/2006 X I MSTATU- OTH- PR D EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE OFRCERIMEMBER EXCLUDED? S yes, descr€be under AL PROVISIONS below SPECI E.L. EACH ACCIDENT $ 1,000,00( E.L. DISEASE - EA EMPLOYE $ 1, 000, QO E.L. DISEASE - POLICY LIMIT $ 1,000,000 B ulyders Risk QT6605371B3SO 10/01/2005 10/01/2006 Limits Varied by Construction Type DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY END RSEMENTI SPECIAL PROVISIONS e: Parks Irrigation System Groundwater Conversion, Phase I, RFP #06-710-BM rimary Additional Insured on the general liability and blanket Waiver of Subrogation on the general iability & Workers Compensation as required by written contract with respect to work performed by he named insured(s). City of Lubbock P.O. Box 2000 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE To THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALT_ IMPOSE NO OBLIGATION OR UABiUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 1J a ACORD 25 (2001108) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AC©RD 25 (2001/08) CONTRACTORCIIECKLIST 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: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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 CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 2 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. 3 CONTRACT CONTRACT #7012 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 10'h day of August, 2006 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 CRAIG WALLACE CONSTRUCTION I LTD. 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: PROPOSAL # 06-710-BM — Parks Irrigation System Groundwater Conversion, Phase I - $1,446,90098 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. Craig Wallace Construction I, Ltd.'s proposal dated July 28, 2006 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. O. . } U ". Z COMPI. Compar Address City, St, ATTES' Corporate Secretary CITY OF LUBBOCK TEXAS (OWNER): B`D MAYOR :Is Ci S retary rim �i 'r W' ' GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 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 CRAIG WALLACE CONSTRUCTION I, LTD. who has agreed to perform the work embraced in this contract, or their legal representative. 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 Wood Franklin Chief Water Utilities 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 Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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 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. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel; transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 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 ensure 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. 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. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF 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. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that 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 wake 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 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 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 proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It 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 before the commencement of 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 proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. 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 proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the worm in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering 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 proposals. 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. 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, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR`S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written . notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- 7 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. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROTECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability insurance with limits of $1 0a_00 000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability With Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500 000 Combined Single Limit, to include any auto, all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of 1 0$_ ,, 00,000_on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) 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. I. 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 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. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 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. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10 G. 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 proposal specifications. (6) A provision that written notice shall be given to the City tendays 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. (8) If policy Iimits 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: 11 (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; M notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 8001372-7713 or 5121804-4000 (hffp.11ivwmttvcc.state.tv.usAweceontacts.htm 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 12 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; (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)-(vili), 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, material men 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. 13 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 offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing 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 there from. 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 14 may withhold permanently from Contractor's total compensation, the sum of $1000 ONE THOUSAND 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. 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 proposal; 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. TRAE OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 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 15 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 proposals 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. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS 16 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. 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 Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 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 17 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) 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. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR .ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by Iaw, 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: 18 (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 proposals, 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. 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 that 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 19 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. The Contractor is 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 Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds 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. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 20 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. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 21 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified City of Lubbock Building Construction Trades Prevailing Rates Hourly 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 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 The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS 1 PARKS IRRIGATION SYTEM GROUNDWATER CONVERSION, PHASE 1 July 2006 TECHNICAL SPECIFICATIONS �-zl-o6 civil Electrical PARKS IRRIGATION SYSTEM GROUNDWATER CONVERSION, PHASE I Parks Irrigation System Q00I0_ I Phase I 07/2006 TABLE OF CONTENTS 00001 Title Page 00010 Table of Contents DIVISION 1— GENERAL REQUIREMENTS 01100 Summary of Work 01300 Administrative Requirements 01500 Temporary Facilities and Controls 01750 Contract Closeout DIVISION 2 — SITE CONSTRUCTION 02510 Disinfection of Water Distribution 02665 Water works piping and fittings DIVISION 3 -- CONCRETE 03450 Plant Precast Architectural Concrete DIVISION 11— EQUIPMENT 11200 Water Supply Filtration 11210 Submersible Pumping Equipment DIVISION 15 — MECHANICAL 15100 Pump Building Piping 15110 Specialty Vales 15120 Flow Meters 15920 Pressure Switches DIVISION 16 — ELECTRICAL 16000 General 16055 Electrical Identifications 16110 Basic Electrical Materials and Methods 16140 Wiring Devices 16160 Power Distribution 16170 Motor and Circuit Disconnect 16190 Supporting Devices 16460 Transformers Parks Irrigation System 00010- 1 07/2006 Phase i ATTACHMENTS A. Site Locations B. Pump and Well Data C. Building and RPZ schedule D. Minimum Elevations for Buildings and Structures E. Bid Tabulation Work Sheet F. Plans and Drawings Parks Irrigation System 000I0- 2 0712006 Phase i SECTION 011.00 SUMMARY OF WORK PARTIGENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. This project will convert 11 existing City Of Lubbock parks irrigation system from municipal water supply to groundwater source. B. The work of this contract is consisting of the following components including but not limited to: a. Furnishing and installing submersible pumps in 21 existing irrigation wells. b. For each well furnishing and installing column pipe, well casing seal, pump control panels, electrical control panel, and junction box and pump cable. Sections a. and b. shall be completed in the first 45 days of the project. c. In each park various lengths of 4-inch water line shall be constructed from the water well to the tie-in point as shown in attached plans. d. In addition, in each park one or two 10'x2' precast concrete building shall be constructed, delivered and erected on site. There shall be a total of 15 pump buildings constructed for this project. e. For each building there shall be a 10'x3' french drain installed. f. Each building shall contain the necessary pump control equipments, pressure tanks, switches, valves, flow meters and other appurtenances required in these specifications for converting the existing irrigation system from city water to ground water. g. Perform additional work items as needed necessary for the safe and orderly completion of the project; such as, traffic control, erosion control, safety measures, trench protection, paving repair, sidewalk repair, grout, curb and gutter repair, site restoration, fence repair, asphalt paving repair, irrigation line repair, etc. C. CONTRACTOR's responsibilities include, but are not limited to, the following: a. Compliance with rules and regulations of the High Plains Underground Water Conservation District No. 1 and the State of Texas Well Drillers Board. b. Preparation and clean up of site according to plans and specifications. c. Site security and safety. d. When required the Contractor is to comply with all requirements of the environmental protection agency "Strom Water Pollution Prevention Plan. Parks Irrigation System Phase 1 01100 — 1 07/2006 The contractor shall prepare the permit and SWPP, supervise its implementation, provide maintain and comply with permit requirements. e. Contractor has to retain a professional engineer licensed to practice in the State of Texas to design and prepare an erosion control plan in compliance with the City Of Lubbock storm water pollution prevention regulations. f. Whenever work damages streets, lawns, sidewalks, parking areas, curbs, grassed areas or other finished surfaces, replace such surfaces with material to match existing surfaces as approved by proper authorities, including reinforcing steel where required. D. Contractor shall furnish all materials, equipment, supplies, and appurtenances; provide all construction equipment and tools; and perform all necessary labor and supervision. E. Contractor shall perform start up procedures and system calibration, including test pumping, pressure switch settings, filter backwash procedures and other steps necessary to operation demonstration. Start up procedures shall be in accordance with manufacturer's recommendations. Successful operation demonstration is subject to Engineer's approval. F. Prior to bidding Contractor shall submit for approval product data for the following components: pre -cast concrete building, submersible pump, cold water flow meter, and RPZ valve. 1.2 CONTRACTS A. Contract Type: Construct the work under Unit Price contract. B. Contract time for the work to be performed will be 180 calendar days from the date specified within the Notice to Proceed. The Liquidated damages will be $1000.00 per day. l .3 CONTRACTOR USE OF SITE A. Access to Site: Limited to Owner and Contractor only. B. Coordinate use of site under direction of Owner's Representative. PART 2 PRODUCTS Not Used PART 3 EXECUTION Refer to specific technical sections. END OF SECTION Parks Irrigation System Phase 1 01100 — 2 07/2006 SECTION 01300 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 COORDINATION AND PROTECT CONDITIONS A. Owner's representative shall be notified 48 hours before start of construction. 1.02 PRE -CONSTRUCTION MEETING A. Owner's Representative will schedule a pre -construction meeting after award of contract. B. Attendance Required: Owner's Representative and Contractor. C. Agenda: 1. Designation of personnel representing the parties in Contract. 2. Scheduling. 3. Notice to Proceed. 4. Emergency telephone contacts for Owner and Contractor. 5. Procedures and processing of field decision, submittals, substitutions, applications for payments, Change Orders, and Contract close-out procedures. 6. Progress schedule. 1.03 SUBMITTAL REQUIREMENTS For bids to be evaluated, the attached bid proposal must be accompanied with the following information: A. Precast concrete utility building manufacturer must be pre -approved prior to bidding. Manufacturer must show four examples of precast concrete utility structures produced, installed, and in use as an example of their ability to perform on this contract. B. Flow meter product data, head loss curves, and shop drawings on each type of meter shall be submitted for approval prior to bidding. C. A pump curve derived from the manufacturer's certified testing of the pumping unit. This curve must clearly define the following information: l . The actual testing conditions (i.e. temperature, fluid viscosity...) 2. The actual duty point. Parks Irrigation System Phase 1 01300-1 07/2006 3. An efficiency curve. 4. A brake horsepower curve. 5. Pump model number. 6. Pump bowl diameter. 7. Impeller diameter. D. A pump data sheet stating the following minimum information as derived form the certified test. 1. Gpm at the actual duty point. 2. Head at the actual duty point. 3. Pumping efficiency at the actual duty point. 4. Brake horsepower at the actual duty point. 5. Shutoff head. 6. Best efficiency point. E. A motor data sheet from the manufacturer detailing the following minimum information. I . Rated RPM. 2. Operating Voltage. 3. Service factor. 4. Motor efficiency at full load. F. Schedule submittals to expedite the project and deliver to: City Of Lubbock Attn: Zoltan Fekete, P.E. Public Works Engineering P.O. Box 2000 Lubbock, TX 79457 1.04 CONTRACT CLOSEOUT A. The Contractor shall submit the completed "REGISTRATION and LOG of WELL" as soon as the permanently installed production equipment is tested and certified by the Engineer. B. Submit manufacturer's product data for pump, motor, all fittings, valves, piping, pressure switches, control panels, filters and all other products used. C. Submit product warranties. D. Submit manufacturer's installation instructions, E. Submit manufacturer's operation and maintenance data. F. Contractor shall provide a material and workmanship warranty for one (1) year after the date of final acceptance of the work. Any defects found at the end of the 11 `h month will be repaired at no cost the owner. Parks Irrigation System Phase 1 0I300-2 07/2006 PART 2 PRODUCTS Not Used. PART 3 EXECUTIONS Not Used, END OF SECTION Parks Irrigation System Phase 1 01300-3 07/2006 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PARTI GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Agreement and Division I — General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Field Office B. Temporary Utilities C. Construction Facilities D. Security E. Temporary Controls F. Project Identification 1.3 FIELD OFFICE A. Field office may be located on City property adjacent to the work site as coordinated with the Owner at the Pre -construction meeting. B. All facilities and utilities associated with a field office will be at the Contractor's expense. 1.4 TEMPORARY UTILITIES A. Temporary Power. Make arrangements with the utility company and provide all temporary electrical power required during the entire construction period. B. Temporary Water. Contact the City of Lubbock Water Department at (806) 775-2588 to obtain a fire hydrant construction meter used to meter water during the construction period. Provide piping as required to bring water to the construction site. B. Removal of Temporary Utilities, Facilities, and Controls I . Remove temporary utilities, equipment, facilities, and materials, prior to Substantial Completion inspection. Parks Irrigation System 01500-1 July 2006 _.. Phase 2. Clean and repair damage caused by installation or use of temporary work. 3. Restore existing and permanent facilities used during construction -to original condition. Restore permanent facilities used during construction to specified condition. 1.5 CONSTRUCTION FACILITIES A. Sanitary Facilities 1. Provide and maintain required facilities and enclosures. Do not discharge into the City sanitary sewer system. Contractor to provide and maintain required facilities and enclosures. 1.6 SECURITY A. Barricades 1. The Contractor shall, at his own expense, furnish and erect such barriers, 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 Texas Manual on Uniform Traffic Control Devices. 2. 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 expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the day the Contractor receives the City's certificate of acceptance of the project. B. Security Measures Provide security and facilities to protect work, and existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. C. Site Protecting l . Protect utilities, trees, shrubbery fences, poles, sidewalks, curbs and all other property and surface structures from damage. The Contractor shall restore any items that are distributed at his own expense. 2. Whenever work damages streets, lawns, sidewalks, parking areas, curbs or other finished surfaces, replace such surfaces with material to match existing surfaces as approved by proper authorities, including reinforcing steel where required. 3. Whenever work damages existing grassed areas, Contractor shall restore vegetation to match existing. Parks Irrigation System 01500-2 July 2006 Phase I 4. Restore site to match pre -construction ground cover and contours. 1.7 TEMPORARY CONTROLS A. Noise 1. Do not use tools or equipment that produce harmful levels of noise. Do not use noise -making tools or equipment between 7 p.m. and 8 a.m. on weekdays, 7 p.m. to 9 a.m., Saturdays, and all day on Sunday and major holidays. B. Prevent Accidents 1. The Contractor shall keep the site and adjacent public areas free of hazardous and unsanitary conditions and public nuisances. 2. The Contractor shall keep public streets free of debris due to this work and shall provide adequate traffic control by means of signs, signals, and flagmen as deemed necessary by the Owner's Representative. The Contractor shall take precautions to prevent accidents due to physical hazards by provide barricades, warning lights, or signs as required to inform personnel and the public of the hazard being protected against. The placement of safety barricades shall comply with the most current standard regulations. The Contractor shall provide temporary walkways where walking surfaces are hazardous and shall notify the Owner before beginning any work that involves hazardous operations. C. Pollution Prevention The Contractor shall take care to prevent pollutants of the air, water, and soil from being released. The Contractor shall comply with current EPA and TCEQ regulations and is responsible for limiting effluent and rainwater runoff into local waterways. The disposal of effluent or rainwater by means of sewers is not lawful and the Contractor shall provide alternative methods of disposal. Do not dump any contaminants on the job site. 1.8 PROJECT IDENTIFICATION A. Project Signs 1. Do not install, or allow installation of signs other than specified signs(s) and signs identifying the principal entities involved in the project. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Parks Irrigation System 01500-3 duly 2006 Phase I Not Used. END OF SECTION Parks Irrigation System 01500-4 July 2006 Phase I SECTION 01750 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SUBSTANTIAL COMPLETION AND INSPECTION A. The Contractor shall submit the following items prior to requesting substantial completion: 1. Operation and Maintenance Data and evidence of Instructions to Owner's Personnel. 2. Keys to Control Buildings. 3. Spare Parts and Maintenance Materials. B. The Contractor shall complete the following items prior to requesting substantial completion: 1. Return areas disturbed by the work to pre -construction conditions. 2. Smooth surfaces disturbed by excavation and construction activity. 3. Grade disturbed areas to re-establish pre -construction grades and contours. 4. Clean site, sweep paved areas, rake clean landscaped surfaces. 5. Remove waste and surplus materials, rubbish and construction facilities from the site. 5. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 7. Areas that have established turf will have sod placed in the excavated areas. C. When Contractor considers the work substantially complete, he shall submit: 1. A written notice that the work, or designated portion thereof is substantially complete and that the project startup has been satisfactorily completed and approved by Owner. 2. A list of items to be completed or corrected. D. Within reasonable time after receipt of such notice, Engineer will mare and inspection to determine the status of completion. E. Should the Engineer determine that the work is not substantially complete; he will promptly notify the Contractor in writing, giving the reasons therefore. Parks Irrigation System 01750-1 July 2006 Phase 1 1. Contractor shall remedy the deficiencies in the work, and submit a second written notice of substantial completion. 2. Engineer will reinspect the work. 1.2 FINAL INSPECTION A. When Contractor considers the work complete, he shall submit written certification that: 1. Contract documents have been reviewed. 2. Work has been inspected form compliance with contract documents. 3. Work has been completed in accordance with the contract documents. 4. Equipment and systems have been tested in the presence of Owner's Representative and are operational. 5. Work is completed and ready for final inspection. B. Engineer will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should the Engineer consider the work incomplete or defective: 1. Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete, 3. Engineer will reinspect the work. D. When the Engineer finds the work is acceptable under the contract documents, he shall request the Contractor to make closeout submittals. 1.3 POST FINAL INSPECTON A. Approximately one year after the Letter of Final Acceptance has been received by the Contractor, the Owner's Representative will make arrangements with the Contractor for a post final inspection and will send a written notification to set date and time of the inspection. B. After the inspection, the Owner's Representative will infrm the Contractor of any corrections required. C. When the corrections have been satisfactorily completed, the Owner's Representative will forward certificate for release of bonds. 1.4 PROJECT RECORD DOCUMENTS Parks Irrigation System 0I750-2 July 2006 Phase I A. Maintain on site, one set of the following record documents: record actual revisions the Work: I . Contract Drawings 2. Specifications 3. Addenda 4. Change orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section, description of actual construction including: l . Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of all appurtenances and improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.5 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Content and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. Parks Irrigation System 01750-3 July 2006 Phase 1 E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten day after acceptance, listing date of acceptance as start of warranty period. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Parks Irrigation System 01750-4 July 2006 Phase I SECTION 02510 DISINFECTION OF WATER DISTRIBUTION FART 1 GENERAL I SUMMARY A. This section of specifications covers the disinfection of the newly constructed potable water lines. In each park there shall be a section of waterline installed from the existing main to the pump building, as shown in the plans. 1.2 RELATED DOCUMENTS A. Drawings, General Conditions of the Agreement and Division I General Requirements apply to Work of this Section. 1.3 SECTION INCLUDES A. Disinfect ion of Water Distribution 1.4 REFERENCE STANDARDS A. AWWA C 651 -- Disinfecting Water Mains B. Texas Administrative Code Chapter 290 — Water Hygiene C. Texas Department of Health Laboratory Standard, D. Standard Methods for the Examination of Water and Wastewater 1.5 QUALITY ASSURANCE A. Bacteriological sampling and tests will be performed in accordance with the latest requirements of Standard .Methods for the Examination of Water and Wastewater. B. The City Of Lubbock laboratory will be used for bacteriological testing. PART 2 PRODUCTS 2.1 CHEMICALS A. Acceptable disinfects are liquid and solid forms of hypochlorites. Liquid chlorine gas is not acceptable. C. Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite and sodium thiosulfate. PART 3 EXECUTION Parks Irrigation System 02510-1 July 2006 Phase I 3.1 METHOD OF CHLORINATION A. Use the continuous feed chlorination method as described in AWWA Cb51. B. Include the placement of hypochlorite granules in the pipe during construction. 3.2 TEMPORARY FACILITES A. Provide temporary taps or blowoffs as required. Use a minimum of 2-inch diameter steel pipe and fittings with isolation valves and sampling taps. B. Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a fire hydrant connection with an approved backflow preventor. C. No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. 3.3 FINAL FLUSHING A. Flush the water system of the highly chlorinated water within 24 hours of initial chlorination. B. Flush water in a location and manner approved by the Engineer. D. Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. 3.4 SAMPLING AND ANALYSIS A. Collect bacteriological samples at intervals no more than 1000 feet and on sample from each end of the pipeline. B. Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. D. Submit bacteriological samples to the City of Lubbock Health Department or the City Of Lubbock Water Treatment Laboratory for analysis. 3.5 ACCEPTANCE A. Facilities will be considered properly disinfected when two consecutive sets of acceptable bacteriological samples, taken at least 24 hours apart, have indicated the absence of coliform organisms. B. After acceptance by the Engineer, the pipeline may be connected to the City Of Lubbock water distribution system. C. Auer acceptance by the Engineer, remove all temporary facilities and properly plug test taps. Parks Irrigation System 02510-2 July 2006 Phase 1 END OF SECTION Parks Irrigation System 02510-3 July 2006 Phase 1 SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1 GENERAL 1.1 SUMMARY This section of specifications covers installation of water piping, valves, and fittings required for the project. There will be various lengths of 4-inch pipeline installed from the existing well to the irrigation main and from the city main to the irrigation main. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and / or specified herein. 1.2 MATERIAL SCHEDULE 1. 4-inch and 6-inch water line shall be polyvinyl chloride (PVC) AWWA C-900, Class 150 (DR 18) pipe. 2. Ductile Iron Fittings, AWWA C 153, 3. Tapping Sleeve, ductile iron. 4. Gate Valves. 5. Valve Boxes. 6. Mechanical Joint Restraints. 1.3 PAYMENT Pipeline work, fittings and accessories will be paid for under lump sum price. L4 SUBMITTALS Submit product data for all pipe and fittings including pipe thickness class calculations. PART 2 PRODUCTS 2.1 PIPE A. PVC pipe for the 4-inch and 6-inch water line shall be of the rubber gaskedted, push on joint type (Bell -rite or approved equal), AWWA C-900, Class 150 (DR 18). B. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in in the transportation of potable water and shall bear the NSF seal of approval. 2.2 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. B. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. C. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B 16.1 Class 125 flanges rated for at least 250-psi working pressure. Bolts for Parks Irrigation System Phase 1 02665- 1 1uly 2006 flanged joints shall be of length and diameter required by the ANSI Specifications. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber thick gasket shall be provided for all flanged joints. D. Ductile Iron Fittings. 1. Ductile Iron fittings shall conform to AWWA c153. Fittings shall be mechanical or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in case less than 150 psi. 2. Unless otherwise indicated, all ductile iron fittings shall have and external bituminous coating and shall be cement lined in accordance with the specifications for coating and lining the pipe. 3. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 4. Where flanged fittings are used the flanges shall be of the same materials as the fittings. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 0219will) [i;l10 A. Push on Joints: shall be as specified in AWWA Standard C111. B. Mechanical Joints: shall be as specified in AWWA Standard C 111. 2.4 PIPE MARKING A. Mark according to AWWA specifications. Install tracing wire and marking tape to indicate pipe location. 2.5 TAPPING SLEEVES A. Tapping sleeves shall be designed for a working pressure of 150 psi, and shall be mechanical joint, or as required to make the connection. All tapping sleeves shall include fully confined gaskets at each end of the sleeve to ensure positive water seal. Tapping sleeves shall be Mueller H-615 or approved equal. 2.6 GATE VALVES 1. Mueller A-2360 Resilient Wedge Gate Valve or approved equal. 2. Flanged on both ends or flange -mechanical joint combination. 3. Comply with ANSI/AWWA Cl 11. 4. 10-mil epoxy coating, ANSI or NSF certified. 5. Meet or exceed ANSI / AWWA C0509 standards. 6. 2-inch operating nut. 2.7 VALVE BOXES l . East Jordan Iron Works 6860 Cast Iron Valve Box or approved equal. 2. 5-1/4" shaft. 3. Accommodates 3" through 20" valves. 4. Contractor to verify length of shaft. 2.8 JOINT RESTRAINTS Parks Irrigation system Phase 1 02665- 2 July 2006 1. Uniflange series 1500 joint registrants for PVC pipe or approved equivalent. 2. Must meet all pressure testing requirements of ASTM F-1674. 3. Materials must meet requirements of ASTM A-536. 4. Install per manufacturer's recommendations. PART 3 EXECUTION 3.1 GENERAL Verification. Contractor will inspect the proposed construction site and verify that conditions are suitable for installation of the piping system. Any irregularities or concerns will be brought to the attention of the Owner's Representative prior to start of any work. 3.2 INSPECTION The pipe, fittings and accessories shall be inspected upon delivery and during the progress of the work and the Engineer will reject any material found to be defective, and the Contractor shall remove such defective material from the site of work. 3.3 PREPARATION A. Notification. I . Contractor is required to notify all utilities a minimum of 48 hours prior to starting any excavation work. Contractor is responsible notifying the state One Call system 2. Notify the Owner's Representative of any conflicts with other utilities or objects. B. Protection: Protect existing utilities and sprinkler lines from damage. C. Field Engineering: Owner's Representative will provide construction -staking services for this project. Owner's Representative will approve any revisions necessary to the plans prior to staking. 3.4 INSTALLATION A. General. l . Install pipe and components in accordance with the latest City of Lubbock Water Utilities requirements as listed in the Design Standard and Specifications for Water 2. Install pipe and components using the manufacturer's recommended procedures. 3. Install pipe and components in accordance with the latest version of AWWA C600 and C605. B. Excavation and Trenching. I . Comply with City Of Lubbock, State of Texas and OSHA requirements for proper trench safety. 2. Minimum depth of cover for water lines is 36 inches. The Owner's Representative shall approve any variation of this depth necessary due to local conditions. 3. Minimum trench width is equal to 12 inches plus the outside diameter of the pipe. 4. Maximum trench width is equal to 18 inches plus the outside diameter of the pipe. C. Installing pipe. Parks Irrigation System Phase 1 02665- 3 July 2006 1. Install pipe in accordance to the City Of Lubbock Water Utilities Construction Standards and the appropriate AWWA standards. 2. Deflection of pipe shall be limited to that as approved by the manufacturer and the Owner's Representative. 3. Install tracer wire on top of the pipe prior to backfilling above pipe. 4. Install warning tape at least 18 inches but no more than 24 inches below finished grade of the trench. D. Underground valve installation. 1. Each valve, which is installed in direct contact with earth backfill, shall be provided with a valve box of such type and design that surface loads, impact and shock will not be transmitted through the valve and the box to the valve. 2. Valves and valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After being placed in proper position earth shall be filled in around each valve box and thoroughly tamped for distance on each side of the box of 4 feet at the top of the pipe and 2 feet measured at the top of the trench. 3. Each valve shall be inspected before installation t ensuree3 that all foreign substances have been removed from within the valve body, and shall be opened and closed to see that all parts are in first-class working condition. Geared valves shall be inspected to see that the gears are properly lubricated. D. Backfilling. 1. All trenches and bellholes for all types of pipe, valves and fittings regardless of the locations shall be backfilled with selected backfill material free from rocs, boulders, or other unsuitable material. 2. The backfill material shall be thoroughly compacted with mechanical or hand tamps to the midpoint of the pipe. 3. The backfill to a point twelve (12) inches above the pipe shall be placed by hand and shall be carefully selected material free from rocks, boulders, clods, organic material, or other debris and lightly compacted prior to placing remaining backfill. 4. The balance of the backfill may be placed in the ditch by hand or by mechanical equipment in 8-inch lifts. 5. No backfill material shall be dropped directly on exposed pipe. 6. Backfill pipe in accordance to the City of Lubbock Water Utilities Construction Standards and the appropriate AWWA Standard. E. Installing Fittings. 1. Install fitting in accordance to the City of Lubbock Water Utilities Construction Standards and the appropriate AWWA Standard. 2. Use joint restraints as directed by the Owner's Representative. 3. Use concrete thrust blocking as directed by the Owner's Representative. 3.5 REPAIR / RESTORATION A. General Repair. Contractor is responsible for repairs to any damaged property as a result of the construction activity. Repairs are to be made to the satisfaction of the Owner's Representative. 3.6 FIELD QUALITY CONTROL Parks Irrigation System Phase 1 02665- 4 July 2006 A. General. Contractor is responsible for providing necessary equipments, flow meters, pressure gauges, fittings, valves and accessories to test the pipe. The City of Lubbock will provide water necessary for pressure testing of the pipe. B. Pressure Testing. l . Duration: Minimum of four (4) consecutive hours. 2. Pressure: Minimum of 150 psig. 3. Allowable leakage: Maximum allowable leakage for PVC pipe is determined by the following formula: L=(SD(P^ 1 /2))/7,400 Where, L = Allowable leakage in gallons per hour S = Length of pipe being tested D = Nominal diameter of pipe in inches. P = Test pressure. 3.7 CLEANUP A. General: Contractor will maintain work site in a presentable manner. Immediately correct any housecleaning items pointed out by the Owner's Representative. B. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any access dirt shall be removed from the site. C. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depression caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION Parks Irrigation System Phase 1 02665- 5 July 2006 SECTION 03450 PLANT -PRECAST ARCHITECTURAL CONCRETE PART 1 GENERAL 1.1 SUMMARY A. Section includes: Provide plant -precast concrete Work as shown and specified. B. The following specifications are for the construction, delivery and placement of 15 precast concrete pump buildings in Lubbock, Texas. • Each building shall be a minimum of twelve (12) feet long and ten (10) feet wide with eight (8) feet high walls. • The buildings shall have pitched roof and a TxY coated steel door. • Each building shall be prewired for overhead light and exhaust fan. • Exterior wall texture shall be barn wood finish and roof shall resemble to cedar shake shingles. Exterior colors shall be green roof and beige walls coated with water repellant penetrating stain followed by one coat of anti -graffiti sealer. C. Manufacturer must be pre -approved prior to bidding. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Comply with International Building Code, (IBC) municipal building codes, regulations or other governing agencies having jurisdiction, and as follows: L Wind Loads: must withstand the effects of 100 mile per hour wind load. 2. Snow Loads: must withstand the effects of 20 pounds per square foot. 3. Additional Design Standards: building shall provide protection from vandalism and other unforeseen hazards. 1.3 SUBMITTALS A. Submit Manufacturer's sealed, engineering drawings prior to bidding. B. Product Data: Submit product data for manufactured material and products including concrete, pigments, admixtures, and connection materials. C. Samples: Submit samples of finished facing for approval of quality, color and texture. D. Shop Drawings: Submit shop drawings including but not limited to, the following: plans, elevations, dimensions, finishes, and provisions for erection and placement. Setting diagrams, templates, instructions and directions for installation. E. Mix Design: Submit proposed concrete mix design for each type and color mix. Parks Irrigation System Phase 1 03450- 1 July 2006 F. Plant Certifications: Submit written certification that fabricator's plant is certified by the Architectural Precast Association (APA) or certified as Group Al by the Precast/Prestressed Concrete Institute (PCI). PART 2 PRODUCTS 2.1 MANUFACTURERS A. Manufacturer must be pre -approved prior to bidding. B. Manufacturing plant must be APA or PCI certified at the time of bid. C. Manufacturer must provide sealed, engineered drawing prior to acceptance. 2.2 MATERIALS A. Concrete Materials: 1. Portland Cement: ASTM C 150, Type I or III, white or gray colors to achieve required finish colors. 2. Aggregates: ASTM C 33, gradation may differ to achieve required finish characteristics. Verify that adequate supply, form on pit or quarry, for each type of aggregate is available for the entire Project. 3. Lightweight aggregate: ASTM C 330 4. Water: Potable. Clean, clear and free from deleterious amounts of salts, acids, alkalis, organic materials, oils, detergents or either matter that may interfere with color, curing, or strength of concrete. 5. Admixtures: i. Air -entraining: ASTEM C 260 ii. Water reducing: ASTEM C 494, Type A, B, C, F, or G 6. Silica Fume: ASTM C 1240, for cement replacement for high performance concrete. 7. Coloring Agent: ASTM C 9797, compatible with other concrete materials. B. Formwork: 1. Provide forms with acceptable form facing materials that are non -reactive with concrete. 2. Construct and maintain forms to produce precast concrete units of shapes, lines and dimensions indicated, within specified tolerance. C. Reinforcing Materials: 1. Reinforcing Bars: ASTM A 615, Grade 40 or 60 unless otherwise required to meet structural requirements. 2. Steel Welded Wire Fabric: ASTM A 185, plain, cold drawn. 3. Pre -stressing Tendons: ASTM A 416, Grade 250 or 270, un-coated. D. Connection Materials: 1, Steel Shapes and Plates: ASTM A 36. 2. Anchor Bolts: ASTM A 307, carbon steel or ASTM A 325, high strength; bolts nuts, and washers. 3. Welded Headed Studs: AWS D 1. 1, Type B 4. Finish for Steel Connection Materials: Hot -dip galvanize, ASTM A 123 or A 153, steel exposed to weather in final assembly. E. Grout Materials: 1. Cement Grout: Cement ASTM C 150; sand ASTM C 404, proportions 1:2.5 by Parks Irrigation System Phase 1 03450- 2 July 2006 volume, minimum water for placement and hydration. 2. Non shrink grout: ASTM C 1107, painted to match the color of the surrounding Concrete. 3. Epoxy grout: tow component, rigid, non -sag gel adhesive, moisture insensitive. F. Coatings: 1. All material to conform with ASTM specifications. 2. Paints will not contain more than .06 percent by weight of lead. 3. Interior floors: shall be coated with gray color 2-component, catalyzed, water borne polyamide epoxy with a micronized polymer additive to provide uniform slip resistant texture. 4. Interior walls and ceilings: to be coated with color, modified acrylic, water repellent penetrating stain. 5. Exterior concrete surfaces: i. Exterior slab treated with clear sealer. ii. Exterior walls and roof shall be coated with water repellent penetrating stain in the same color as the walls or roof followed by a clear acrylic anti -graffiti sealer. G. Steel Door: 1. Doors shall be flush panel type 1-3/4" thick, minimum 16 gauge prime coated steel panels. Door size to be 3068 single door. 2. Door frames will be knockdown or welded type, single rabbet, minimum 16 gauge prime coated steel, width to suit wall thickness. Three (3) rubber door silencers shall be provided on latch side of frame. H. Door Hinges: there shall be 3 door hinges per door with dull chrome plating 4-1/2"x4-1/2", adjustable tension, automatic -closing for each door. I. Lockset: 1. Lockset shall be ANSI A156.2, 1989, Series 4000 Grade 1 Schlage D70PD 626 or equivalent. 2. Upper surface bolt will be a Stanley 1088 with bright zinc finish and 6 1/2" bolt strike, pad lockable.1 3. Lower surface bolt will be a Stanley 1088 with bright zinc 4. finish and 6 1/2" bolt strike, pad lockable.1 5. Dead bolt will be a Lori Lock standard model with a double cylinder 2 3/4" backset, and U826D finish.. The cylinder will be a standard 1 1/8" Schlage Mortise cylinder with compression ring, 626 finish. J. Door Holder: Overhead slide type surface mounted door holder with release. Glynn - Johnson #90XH-US32D or equal. K. Threshold: Extruded aluminum threshold, Pemco #170 or equal. L. Door Sweep/Seal: Door sweep/seal will be Pemco #420ASL. M. WaII Vents: Wall vents will be cast into the concrete wall. The units` frame will be C3x4.1 channel steel. The louver will be inverted Y. All steel will be primed and painted as defined in metal painting specifications. There shall be an insect screen on or attached to the louver. N. Windows 1. Windows and cleanout cover frames will be constructed from stainless steel. 2. Window glazing will be 1/4" thick translucent pebble finished polycarbonate. Parks Irrigation System Phase 1 03450- 3 July 2006 2.3 MIXES A. Concrete: mix shall conform to ACI 211.1 to produce concrete of good workability. B. Concrete shall contain a minimum of 610 pounds of cement per cubic yard. C. Proportion mixes by either testing agency trial batch or field test data methods on accordance with ACT 211.1 using materials to be used ion the project, to provide normal weight concrete with properties as follows: 1. Compressive Strength: 5,000 psi when tested in accordance with ASTM C 39. 2. Maximum water cement ratio 0.40 at point of placement. 3. Air -entrainment admixture to result in air content at pint of placement complying with ACT requirements. 4. Water absorption maximum 6% by weight when tested in accordance with ASTM C 642. 2.4 FABRICATION A. General: Fabricate precast concrete units with manufacturing and testing procedures, quality control recommendations, and dimensional tolerances as specified in PCI MNL 117 or ACI 533R. Fabricate units straight, smooth and true to size and shape, with exposed edges and corners precise and square, unless otherwise indicated. B. Cast openings larger than 10 inches in any dimension according to locations shown on Shop Drawings. Smaller holes may be field cut. C. Reinforcement: Comply with CRSI "Manual of Standard Practice", PCI MNL 117, or ACT 553R recommendations. Reinforce architectural precast concrete units to resist handling, transportation, and erection stresses to comply with specified performance criteria. D. Cast -In -Items: Provide embedded anchors, inserts, steel shapes and lifting devices. Firmly secure items in place during casting by jigs, strongbacks, or other approved means. E. Comply with PCI MNL 117 or ACI 533R requirements for measuring, mixing, transporting, and placing concrete. Place facing mix to a thickness of greater of 1 inch or 1.5 times the maximum aggregate size unless indicated otherwise. Place back up concrete to ensure bond with face concrete. F. Consolidate concrete using equipment and procedures complying with PCI MNL 117 or ACT 553R. G. Permanently marls units with pick-up points as shown on received Shop Drawings. Imprint casting date and piece mark on a surface to be concealed from view in the finished structure. H. Cure concrete in accordance with PCI MNL 117 or ACT 533R requirements. 1. Discard units that are warped, cracked, broken, stained, or otherwise defective unless repairs are approved by the Engineer and meet specified requirements. Refer to ACI 533R for product finish requirements unless otherwise shown or specified. J. Fabrication Tolerances: Fabricate to tolerances list in PCI MNL 117 or ACT 533R. Parks Irrigation System Phase 1 03450- 4 July 2006 2.5 COLORS AND FINISHES A. Finishing Concrete: I. Interior floor and exterior slabs will be floated and toweled. 2. Light broom finish shall be applied to the exterior slabs. 3. All exterior walls shall be beige color and finished in barnwood texture. 4. All exterior surfaces of the roof panels shall be green colors and tasted to simulate a cedar shake roof. The underside of the overhang will have smooth finish. B. Cracks and Patching: I. Cracks in concrete, which are judged to affect the structural integrity of the building, will be rejected. 2. Small holes, depressions and air voids will be patched with suitable material. The patch will match the finish and texture of the surrounding surface. 3. Patching will not be allowed on defective areas if the structural integrity of the building is affected. C. Curing and Hardening Concrete: Concrete surfaces will not be allowed to dry out form exposure to hot, dry weather during initial cureing period. D. Painting/Staining: 1. An appropriate curing time will be allowed before paint is applied to concrete. 2. If acid etching is required 30% solutions of hydrochloric acid shall be used, flushed with water and allowed to dry thoroughly. 3. Painting shall not be done outside in cold, frosty or damp weather. 4. Painting shall not be done in dusty areas. E. Schedule of Finishes: 1. Inside concrete surfaces: i. Inside floors will be 1 coat of I -part water based epoxy with a silica sand suspension to provide uniform texture. ii. Interior walls and ceilings will be 2 coats of a modified acrylic, water repellent penetrating stain, followed by I coat of clear sealer. 2. Metal surfaces both inside and out: 2 coats of DTM ALKYD 3. Exterior concrete surfaces: i. Exterior slab will be 1 coat of clear sealer. ii. Exterior walls will be 2 coats of water repellent penetrating stain in the same color as the walls or roof followed by 1 coat of clear acrylic anti -graffiti sealer. PART 3 EXECUTION 3.1 EXAMINATION A. Field Dimensions: Furnish field dimensions to fabricator as required. B. Examine substrates and conditions for compliance with requirements for installation, tolerances, true and level bearing surfaces, and other conductions affecting performance of architectural precast units. Do not proceed with installations until unsatisfactory conditions have been corrected. Parks Irrigation System Phase 1 03450- 5 July 2006 C. Do not install units until supporting structure has attained minimum allowable design compressive strength. 3.2 ERECTION A. Scope of Work: Work specified under this Section includes excavation, backfill and placement of precast concrete utility building. B. Placement: The floor of the building should be the high spot in the site chosen. The floor should be above the surrounding ground level with the pathway sloped up to meet the entryway. This shall help prevent water drainage in the building. C. Excavation: The hole dug to accommodate the fill for the base must be large enough to be workable and allow the floor of the building to fit on the fill for the base when placed. D. Compaction: The bottom of the area must be compacted after it has been dug out. After the base has been placed, it must be compacted as well. The bearing of the soil and base should be a minimum of 1,500 pounds per square foot. E. Base: After compacting the bottom of the area, a minimum of 6" of a compacted, 1/4" minus material base of gravel (i.e. road base) should be placed for support, leveling and drainage purposes. The base also limits frost action. The base must be confined so as to prevent washout, erosion or any other undermining. F. Erect unit using personnel experienced and trained in placement and securing or architectural precast concrete units. Lift and handle precast using lift points and embeds as shown on precast shop drawings. G. Erect level, plumb and true to line. Do not allow cumulative dimensional errors to develop. Adjustments such as shimming which would place additional street on units will not be permitted. Adhere to dimensional tolerances on accordance with PCI recommendations. Erect and secure in a manner to prevent damage to units or units in place. Replace damaged units, which cannot be successfully repaired. H. Erection Tolerances: Erect within tolerances listed in PCI MNL 117, Appendix I or ACI 533R. 3.3 REPAIR A. Repair damaged exposed surfaces of units to match cooler, texture, and uniformity or surrounding units. Remove and replace damaged units when repairs do not meet requirements. 3.4 CLEANING AND PROTECTION A. Clean exposed surfaces of units after erection if soiled or stained. B. Protect finished surfaces from soiling or damage. Parks Irrigation System Phase 1 03450- 6 July 2006 3.5 ANCHORING OF BUILDING A. Construct Footings as shown on the plans. B. The building will be anchored to the footings as shown on the plans. END OF SECTION Parks Irrigation System Phase 1 03450- 7 July 2006 SECTION 11200 IRRIGATION WATER SUPPLY FILTRATION PART 1 GENERAL 1.1 SUMMARY This section covers specifications for the furnishing and installation of sand separators, filters, and pressure tanks and other work required for complete installation of these components. 1.2 SUBMITTALS A. Product Data: Furnish three copies of manufacturer's data for all products supplied under this section. B. Submit one original copy of manufacturer's warranty. PART 2 PRODUCTS F•��H.[.0.11911W A. As shown in the drawings, furnish and install a battery of 3-inch fully automatic disk ' filters with polypropylene manifolds resistant to rust and corrosion from chemicals and weather. B. The filters shall utilize depth filtration technology. Filter shall have 80 mesh size, 200 micron, and have a maximum flow capacity of 300 gpm. C. The filters shall be fully automatic, self-cleaning, self -flushing systems with regulated volumes of water during back flushing saving water and providing no interruption of water flow. D. Acceptable Manufacturers: Netafim 3-inch Angle Filter Battery, Model 26ARBPP302A or approved equivalent. 2.2 HYDROCYCLONES A. As shown in the drawings, furnish and install 3-inch hydro cyclone sand separators. B. The hydro cyclone shall be designed to create maximum centrifugal action to separate particles heavier than water, including fine sand and silt particles of size higher than 75 microns and specific gravity more than 2.65. C. The unit shall be made of mild steel and powder coated with 70 to 80 micron thick pure polyester from both inside and outside surface for protection against corrosion and weather effects. D. The sedimentation chamber shall be equipped with a Rain Bird or equivalent flush valve. Parks Irrigation System Phase 1 11200- 1 July 2006 E. Acceptable Manufacturers: Netafim 24H8H Hydrocylcone, or approved equivalent. 2.3 PRESSURE TANK A. Furnish and install one 81-gallon pre -pressurized, diaphragm type water well tank in a each pump building as shown in attached plans. B. The tanks shall have polypropylene liner, butyl diaphragm, and acceptance fittings for a 100% corrosion resistant water reservoir is listed by NSF International Standard 61. C. Tank shall be constructed of high -strength steel offers and be able to withstand -, working pressures up to 125psi D. Acceptable Manufacturers: Well-X-Trol Professional Series, WX-302 or approved equivalent. 2.4 BACKWASH FILTER CONTROLERS A. Furnish and install one 4 station differential pressure filter controller in each pump buildings as shown in the plans. B. Approved Manufacturers: Alex-Tronix F4AC/DC/DCL or approved equivalent. PART 3 EXECTUTION 3.1 GENERAL Installation of hydro cyclones, filters, pressure tanks, and backwash filter controllers shall be as recommended by the manufacturer. END OF SECTION Parks Irrigation System Phase 1 11200- 2 July 2006 g.. SECTION 11210 SUBMERSIBLE PUMPING EQUIPMENT PART 1 GENERAL 1.1 SUMMARY A. This section covers specifications for the furnishing and installation of submersible pumps and motors in exiting wells; site cleanup and other work required for complete installation B. Section Includes: This section includes the following major work items. 1. Furnish submersible pumps and motors. 2. Installations of submersible pumps and motors. 3. Furnish and install pump discharge column pipe. 4. Site cleanup, safety and security. S. Completion of "Registration and Log of Well" report. C. Unit Prices: Work under this section shall be paid for at the unit prices submitted in the Contractor's bid. D. Measurement Procedures: Measurements to be used for payment will based on unit values listed in the bid form. 1. Submersible pumps and motors, each, complete. 2. Column pipe measured in feet of actual pipe installed. Alternates: The owner's Representative shall approve any alternate procedures or materials proposed by the Contractor. 1.2 REFERENCES: A. American Water Works Association (AWWA) Standard A 100 for Water Wells. : 1.3 DESIGN REQUIREMENTS A. Performance Requirements: See Table 1. Parks Irrigation System Phase 1 11210- 1 July 2006 i Table 1. Pump Well Data PARK HPWD WELL NO. PROP. PUMP CAPACITY m COLUMN PIPE DIA. in ACTUAL DEPTH feet DRAW DOWN fleet STATIC LEVEL feet TOTAL HEAD feet Dg�. woo" �: �.1 ��� �° ��...F'l9 e � . � 14 .. 76 Duran�yN 8728 125 3 186 107.00 87.50 3566.(577 t..887732 � _ � .. Elmore NE 165 3 119 44y8.00 12.00 304.40 - r �V! ... k 9 .'! Hoe] N 8735 165 169 Si I. .4f'� !3� 11(0�t5�.{0�0 !02 �5+1./0.f0$ �367.96 Kastman W 88p7��36 150 3 1122 6}2�.00 15.00 312.02 Lopez NW 8�7yy1 190 4 175 11299.00 73.20 374.94 {55 �1., � /�M 1 Mahon N 8738 125 3 157 106.00 62.50 359.78 Remington N 8740 175 4 150 98.00 26.00 351.69 Ribbf'YY _, . • 3% t t. fi t eY` r r4 , Q �� Y. 3 . Ribble NE 8743 135 3 145 83.00 52.00 331.89 ^ Rodgers S 8744 100 3./yy'+17Yy{{2 131.00h 40.yy00� 374.89 }yH A 8y , i y kt jyKt YY 7 Stevens S 8747 125 3 155 39.50 22.25 287.59 Notes: • Pump Efficency shall be at least 76.5%. • Maximum Allowable Speed shall be 3600 RPM. • Casing Diameter for all wells 8-inch. 1.4 SUBMITTALS A. Product Data: Furnish three copies of manufacturer's data for all products supplied under this contract. B. Submit one original copy of manufacturer's warranty. D. Submit one copy of Texas State Pump Installer's License with bid. E. Submit two copies of submersible pump test data. 1.5 QUALITY ASSURANCE A. Qualifications: Pump Installer shall be licensed within the State of Texas in accordance with Title 12, Chapter 1901 of the Texas Administrative Code. 1.6 DELIVERY, STORAGE AND HANDLING Parks Irrigation system Phase 1 11210- 2 July 2006 A. Contractor is responsible for securing, handling and proper storage of materials. B. Contractor will not install damaged materials. Damaged materials will be replaced by Contractor at no cost to Owner. C. Contractor is responsible for proper disposal of all trash, construction debris, waste materials, and other items requiring disposals that are associated with the project. I.7 PROJECT SITE CONDITIONS A. Existing Conditions: Data from the Driller's Log is provided in Attachment B. 1.8 WARRANTY A. Contractor shall provide a warranty for one (1) year after the date of final acceptance of the work. PART 2 PRODUCTS 2.1 SUBMERSIBLE PUMPS A. General: Furnish submersible pumps and motor assemblies for each well site for a complete operating system capable of meeting the performance parameters. B. Bowl Assembly I . Bowls will be flanged type constructed of cast iron that meets or exceeds the requirements of ASTM A48, Class 30. Bowls will be free of sand holes or other defects. 2. Use threaded bolts for the bowls assembly fasteners that meet or exceed the requirements of SAE J429 Grade 8.13owls will be designed and constructed so as to withstand twice the hydrostatic pressure at rated conditions or 1.5 times the shut off head, whichever is greater, without failure. 3. Intermediate bowls will have enamel or epoxy lined waterways for wear protection and shall be of identical design for interchangeability. 4. Bowls will have sleeve type bearing constructed of bronze alloy that meets or exceeds the requirements of ASTM B548 type C89835, or approved equal. 5. Provide an extra long bronze bearing packed with nonsoluable grease in the top bowl that extends into the discharge bowl. The bearing will have a threaded cast iron cap to protect the bearing from abrasives. 6. Design the discharge bowl hub such that the bearing can be easily removed through the top of the hub. 7. Provide a thrust ring made from polyethylene above the top impeller to prevent excessive vertical upward thrust. C. Impellers I . Construct impellers of silicon bronze that meet or exceed the requirements of ASTM B584. Impellers will be free from defects and precisely cast and machined. 2. Balance impellers to a minimum grade G6.3 of ISO 1940. 3. Impellers will be securely fastened to the bowls shaft using taper locks constructed of carbon steel that meets or exceeds the requirements of ASTM A108 type C1018. Parks Irrigation System Phase 1 11210-3 July 2006 D. Motor Adapter 1. Construct the inlet motor adapter of cast iron that meets or exceeds the requirements of ASTM A536, grade 60-40-18. 2. The adapter inlet area shall have a net open area of at least four times the eye of the impeller. E. Shaft 1. Furnish pump shaft made from 416 stainless steel that meets or exceeds the requirements of ASTM A 582. The shaft will be precision ground and polished such that it has a surface finish better than 40 RMS. F. Coupling 1. Furnish shaft coupling constructed of stainless steel that meets or exceeds the requirements of ASTM A582 type 416 that is capable of transmitting the total torque and total thrust of the bowls assembly in either direction of rotation. G. Other components 1. Furnish a protective screen for the inlet constructed of stainless steel that meets or exceeds the requirements of ASTM A240 type 304. The screen openings will not be more than 75 percent of the minimum opening of the water passage trough the bowl impeller. 2.2 SUBMERSIBLE POWER CABLE A. Provide cable with three separate conductors plus a ground wire sized to limit voltage drop to no more than 5 percent. B. Encase all conductors and the ground wire in a single continuous jacket. The jacket and insulation shall be suitable for service in groundwater well service. 2.3 SUBMERSIBLE ELECTRIC MOTOR A. Furnish a heavy-duty canned type motor design in conformance with NEMA and suitable for continuous operation in submersible service in water to a depth of 300 feet. Motor will have a service factor of 1.15 and be suitable for use on 480 Volt, three phase, 60 Hz electric service. B. The motor outside diameter shall not exceed 6.50 inches. C. Provide motor that operates at a nominal speed of 3600 rpm. D. Provide suitable thrust bearing incorporated in the lower end of the motor adequate to receive the entire hydraulic thrust load of the pump unit plus the weight of the rotating parts regardless the direction of rotation. E. Provide motor leads of sufficient length so that they may be spliced above the bowl assembly and the leads shall be protected by type 304 stainless steel cable guard held in place with stainless steel banding. As the motor lead exits the tip of the cable guard, it shall be properly protected to prevent damaging or cutting the lead by the cable guard material. Parks Irrigation System Phase 1 11210- 4 July 2006 2.4 COLUMN PIPE A. Steel Column Pipe 1. Furnish standard weight steel pipe that meets or exceeds the requirements of ASTM A53 Grade B in the diameters indicated in Table 1. 2. Provide pipe with threads that comply with the standard tapered pipe threads as defined in ANSI B 1.20.1 3. Pipe connections will be completed using threaded couplings made of the same material as the pipe. 4. Pipe will be suitable to connecting the Owner provided pittless adapter, which is a Maass Model J for 3-inch pipe. �J B. Plastic Column Pipe 1. Furnish plastic pipe made from PVC schedule 40 with NPT threaded ends. 2. Connect the pipe joints using threaded couplings made from the same material as the pipe. PART 3 EXECTUTON 3.1 GENERAL A. The price of bid on each and every time shall include the furnishing of all equipment, materials, power, labor, tools, fuel and transportation necessary or incidental to completing and fulfilling the terms of this contract. B. Contractor is responsible for calling the State of Texas One Call System a minimum of 48 hours prior to beginning any excavation procedures. C. Contractor or responsible for safety at the site. Use adequate barriers to prevent access by the public to work site. 3.2 SUBMERSIBLE PUMP ASSEMBLY, COLUMN PIPE AND OTHER COMPONENTS A. Submersible Pump and Motor Assembly 1. Install in accordance with manufacturer's instructions. 2. Locate pump and motor assembly such that the pump intake is no more than 15-feet above the bottom of the well casing. B. Column Pipe: Install column pipe so as to prevent damage to pipe and components. 3.3 TEST PUMPING A. Test pumps at each installation and measure and record water flow, discharge pressure, and pump amperage draw. Artificially induce head to stabilize flow and pressure at a minimum of four points: L Pump rating point. 2. Shut off head. Parks Irrigation system Phase 1 11210- 5 July 2006 3. 25 percent over rated flow. 4. 25 percent below rated flow. B. Water discharged from the test pumping operation may be discharged onto the park area provided adequate precautions are taken to prevent erosion. Prior approval by the Owner's Representative of the discharge location and method are required. 3.4 CLEAN UP A. During all phases of construction the work sites shall remain free of construction debris, boxes paper, plastics, bottles and cans. The Contractor shall provide a trash receptacle at each work site. B. Contractor will be required to repair all turf areas damaged using sod of identical plant material as the surrounding turf. END OF SECTION Parks Irrigation System Phase 1 11210- 6 July 2006 SECTION 15100 PUMP BUILDING PIPING AND PIPE SUPPORT PART 1 GENERAL 1.1 SUMMARY This section pertains to only the above ground piping of the irrigation system located inside of the pump building. All other piping is covered in Section 02665. 1.2 SUBMITTIALS Product Data and Shop Drawings: Submit product data and shop drawings on each type of pipe, fittings, pipe support and accessories in accordance with Division 1 --- General Requirements. 1.3 PAYMENT All pipe, fittings, accessories, and pipe support will be paid for under the lump sum price for the pump building. Table 1. PART 2 PRODUCTS 2.1 DUCTILE IRON PIPING AND JOINTS A. General: Ductile iron pipe shall conform to the requirements of AWWA C 150 and AWWA C151. Use pressure Class 350 for sizes 4-inch through 24-inch and pressure Class 250 for sizes 30-inch through 64-inch. B. Coating: l . Exterior Coating. CORROPIPE II -TX and Joint Coating Material CORROPIPE II- PW, manufactured by Madison Chemical Industries, Inc., 5673 Old Dixie Road, Forest Park, Georgia 30050, or approved substitute. Coating thickness 25 mils minimum DFT. 2. Internal Lining, Joint Lining Material CORROPIPE II-PW, manufactured by Madison Chemical Industries, Inc., 5673 Old Dixie Road, Forest Park, Georgia 30050, or approved substitute. Lining thickness 35 mils minimum DFT. C. Joints: Provide flanged joint for above ground service. Provide sleeve -type flexible joint when designated or required by Contractor for flexibility. Ductile welded or screwed on flanges threaded end of pipe, conforming toe ANSI B 16.1, Class 125. Attachment, aligning and facing shall conform to AWWA C115. 2.2 FITTINGS A. General: Use fittings of same size as pipe they serve. Reducers are not permitted to facilitate an off -size fitting. Reducing bushings are also prohibited. Reduction in piping size will be made as shown on the plans. Fittings shall be lined and coated as specified for the pipe they serve. Parks Irrigation System Phase 1 15100- 1 July 2006 B. Dissimilar Metals: Make joints between copper and steel pipe or equipment using insulating unions such as Crane Company No. 1259, EPCO as manufactured by EPCO Sales, Inc.; or approved substitution. C. Flanged Fittings: Fittings for use with flanged joints on ductile or cast iron pipe or on steel pipe shall be cast iron or ductile iron fittings conforming to ANSI B 16.1 or A W WA C 110. Flanges shall be faced and drilled in accordance with ANSI B 16.1, Class 125, All fittings shall be pressure rated at 250 psig. D. Flanges: Flanges for ductile iron pipe shall be ductile or cast iron flanges screwed on threaded ends of the pipe. Flanges shall conform to ANSI B 16.1 Class 125. Screwed - on flanges shall be attached to the pipe in the shop; attachment, aligning and facing shall conform to AWWA C115. All flanged pipe, including flange -by -plain end pieces, shall be hydrostatically tested to 125 psig and certification furnished to the engineer. E. Mechanical Joint Fittings: Mechanical joint fittings shall not be used. 2.3 PIPE SUPPORT A. Furnish and install adjustable frame, free standing "H" or "VEE" style pipe support equipment to support the weight of the pipe, RPZ, gate valves and flowmeter. B. There shall be four pipe support furnished and installed in each pump building. Two for the city line and two for the well line as shown in the plans. 2.4.1 COUPLINGS A. Flexible (Dresser -Type) Couplings. 1. Flexible coupling shall be installed where shown on the drawings or elsewhere where allowed by the Engineer for the Contractor's convenience. Gaskets for the flexible couplings shall be neoprene or Buna-N. 2. Flange restrained dismantling joints shall be Smith -Blair 972, Dresser style 441 or approved substitution. 3. Flanged adapter couplings for ductile iron pipe shall be Dresser Style 128, Smith Blair 912. Flanged adapter couplings shall have not less than two anchor studs each, unless specifically noted otherwise on the drawings. PART 3 EXECUTION 3.1 PIPING INSTALLATION A. Handling: Handle pipe, fittings and accessories to ensure their installation in a sound, undamaged condition, Use equipment, tools and methods to prevent damage in unloading, hauling and laying pipe and fittings. When using hooks in pipe ends, be sure that the contact surfaces are broad and well padded. Take particular care not to damage pipe coating or lining. Parks Irrigation System Phase 1 15100- 2 July 2006 B. Cutting: Cut pipe in a neat manner, without damage to the pipe or to the interior lining, if any. Make cuts smooth, straight, and at right angles to the pipe axis. Use mechanical pipe cutters of an approved type. C. Cleaning and Inspection: Thoroughly clean the interior of pipe and fittings of foreign matter before installation, and keep the interior clean until the work has been accepted. Keep joint contact surfaces clean until jointing is completed. Do not place debris, tools, clothing or other materials into the pipe. Before installation, inspect unsound pipe and fittings and remove them from the site. 3.2 JOINTS AND JOINTING A. Screwed Joints: thoroughly ream the pipe to full inside diameter after cutting. Machine cut threads to ANSI taper pipe thread sizes. All -thread nipples are not permitted. Make screwed joints using suitable joint compound applied to male threads only; for screwed joints on PVC pipe use Teflon tape. B. Mechanical Joints: No mechanical joint pipe shall be used. C. Flanged Joints: 1. Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment. Align bolt holes to straddle the vertical, horizontal, or north -south centerline. Do not exceed 2/64 inch per foot inclination of the flange face from the true alignment. 2. Use full -face neoprene or Buna-N gaskets, 1/8 inch thick, for flanged joints in ductile iron, steel or PVC piping. Gaskets shall be factory cut to proper dimensions. 3. Use ANSI nuts and bolts, galvanized or black to match flange material. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to ensure proper seating of gaskets. 4. Take care when attaching suction and discharge piping to pumping equipment to ensure that no stresses are transmitted to or imposed on pump suction and discharge flanges by connected piping. Install and permanently support piping to accurately match bolt holes and to provide uniform contact over the entire flange. In addition, leave pump connection piping free to move parallel to its longitudinal centerline while bolts in pump connection flanges are tightened. 5. Provide maximum flexibility and ease of alignment correction by taking advantage of the slack between the flange bolts and bolt holes for slight angular rotation of connecting flanges. Assemble pump connection piping with gaskets in place, with only a portion of the flange bolts (no fewer than four per joint) installed. After final alignment and before final bolting, test pump connections for applied piping stresses by loosening flange bolts which, if piping is properly installed, should result in no movement of piping relative to the pump, or opening of the pump connection joints. 6. Keep flange covers on equipment and shop -fabricated piping until ready to install in system. 3.3 SECURING AND SUPPORTING A. Pipe Supports: Support piping as shown on the drawings and as specified herein, to maintain line and grade and prevent the transfer of stress to pumps or other equipment. B. Reaction Anchorage: Install suitable reaction blocking, struts, anchors, clamps, joint harness or other adequate means for preventing movement of pipe caused by unbalanced internal liquid pressure. Pressure can be expected at unlugged tees, Y- Parks Irrigation System Phase 1 15100- 3 July 2006 branches and bends deflecting 11-1/4 degrees or more which are installed in piping subjected to internal hydrostatic heads in excess of 15 feet in exposed, or 30 feet in buried, piping. 1. Provide in locations as shown or directed, reaction blocking, struts, anchorages, or other supports for fittings exposed within structures. 2. Adequately protect from corrosion all steel clamps, rods, bolts, and other metal accessories used in reaction anchorages or joint harness where subject to submergence and not encased in concrete. 3.4 PIPE SLEEVES A. Provide pipe sleeves for all piping passing through masonry or concrete construction, unless detailed otherwise on the drawings. Pie sleeves shall be fabricated from steel, and shall be hot -dip galvanized after fabrication. Pipe sleeves shall be sized to allow 1 /2- to 1-inch clearance between pipe and sleeve. B. Extend each pipe sleeve through the floor or wall. Finish flush with each surface, except that for exposed slabs, extend pipe sleeves 2 inches above finish slab elevations. C. Seal annular space between pipes and sleeves with mastic compound, unless shown otherwise on the drawings. All pipes passing through pipe sleeves must have annular space sealed watertight and airtight. 3.5 CLEANING PIPING SYSTEMS All piping systems shall be thoroughly cleaned and flushed and all construction debris and all foreign material removed. The Contractor shall provide all temporary connections, equipment and the life for such cleaning. 3.6 HYDROSTATIC TESTING Perform hydrostatic testing in accordance with Section 02510 — Water Distribution Mains. END OF SECTION Parks Irrigation System Phase 1 15100- 4 3u1y 2006 SECTION 15110 SPECIALITY VALVES PART 1 GENERAL 1.1 SUMMARY This section of specifications covers all aboveground gate valves, butterfly valves, cycle stop valves, reduced pressure zone assemblies, pressure reducing valves, drain valves, and other specialty valves indicated in the plans. 1.2 PAYMENT All gate valves, butterfly valves and specialty valves of the building shall be paid for under the lump sum price for the pump building. 1.3 SUBMITTALS Submit manufacturer's data and specifications for all gate and specialty valves for approval prior to bidding. Submit operation and maintenance manuals, head loss curves and other pertinent information for each type of valves. PART 2 PRODUCTS 2.1 GATE VALVES A. Mueller A-2360 Resilient Wedge Gate Valve or approved equal. B. Flanged on both ends or flange -mechanical joint combination. C. Comply with ANSI/A W WA C 111. D. I 0-mil epoxy coating, ANSI or NSF certified. E. Meet or exceed ANSI / AWWA C0509 standards. F. 2-inch operating nut with wheel. 2.2 BUTTERFLY VALVES A. Furnish and install Watts Series BF-03-M2 Full Lug or approved equivalent for water wells isolation. B. Valve shall be rated at 200-psi maximum operating pressure. C. Constructed of cast iron body, ductile iron, aluminum bronze or 316SS disc and 416SS shaft. - D. The valve shall have a phenoic-backed seat to prevent the seat from collapse or dislodging and shall provide 200-psi dead end service. Parks Irrigation System Phase 1 1 S 110- 1 July 2006 E. Valve shall be designed to be used between ANSI 125 and 150 flanges. Face-to-face to comply with API 609 and MSS-SP-67. 2.3 CYCLE STOP VALVES A. Model CSV313 or equivalent to maintain constant discharge pressure regardless of demand or changing upstream pressure. B. Single chamber, hydraulically operated diaphragm, 3-inch or 4-inch as shown on drawings, flanged. C. The single unit diaphragm shall be comprised of three separate parts: flexing element, guiding element and sealing element. D. The polyester coated cast iron body with stainless and bronze trim. E. Standard pilot control shall be direct acting diaphragm type regulator. 2.4 REDUCED PRESSURE ZONE ASSEMBLIES A. GENERAL. Watts Series 994 Reduced Pressure Zone Assemblies or approved equivalent to provide protection of the potable water supply in accordance with state and national codes. B. ASSEMBLY, 1. The assembly shall consist of a pressure differential relief valve located in a zone between two positive seating check valves. 2. The main valve body shall be manufactured from 300 Series stainless steel for corrosion resistance. C. INTERNAL CHECK VALVES. l . The check valves shall be of thermoplastic construction with stainless steel hinge pins, cam arm and arm bearing. 2. The check valve shall utilize a single torsion spring design to minimize pressure drop through the assembly. 3. Check valves shall be modular and shall seal to the main valve body by the use of an O-ring. 4. There shall be no brass or bronze parts used within the check assembly or relief valve. 5. The use of seat screws to retain the check valve seat is prohibited. D. DIFFERENTIAL RELEIF VALVES. l . The differential relief valves shall be of stainless steel construction and shall utilize a rolling diaphragm and no sliding seals. 2. The relief valve shall be bottom mounted and supplied with steel reinforce sensing hose. E. VALVE TESTING. Parks Irrigation system Phase 1 15110- 2 July 2006 The assembly shall include two resilient seated shutoff valves and four ball type test cocks. F. DRAIN LINES. Installation of drain lines shall be required. Whine installing a drain line, a 994AGK-P air gap or equivalent is necessary. 2.5 PRESSURE REDUCING VALVES B. Furnish and install 2-inch pressure reducing valve to provide protection for pumping equipment in case isolation valve is shut. C. The valve shall be hydraulically operated, single diaphragm actuated globe pattern set as specified in the plans and drawings. D. The valve shall consist of three major components: the body with seat installed, the cover with bearings installed and the diaphragm assembly. E. The diaphragm assembly shall be the only moving part and shall form a sealed chamber in the upper portion of the valve separating operating pressure form line pressure. F. Packing glands and /or stuffing boxes are not permitted and there shall be no pistons operating the main valve or pilot controls. 2.6 FLUSH VALVES A. Furnish and install 2-inch solenoid operated Rain Bird PEB or approved equivalent flush valves to drain and flush the hydro cyclone units. B. Valve shall have one-piece solenoid with captured plunger and spring for easy servicing. C. Valve shall be installed in normally closed configuration, forward flow design. PART 3 EXECUTION 3.1 GENERAL Installation of gate valves, butterfly valves, RPZ-s and other specialty valves shall be as Recommended by the manufacturer. Valves shall be positioned as shown on drawings. END OF SECTION Parks Irrigation System Phase 1 151 l0- 3 July 2006 SECTION 15120 COLD WATER FLOW METERS PART I GENERAL 1.I SUMMARY This section of specifications is pertaining to furnishing and installing twenty-two (22) 3-inch water meters with standard registers for the Parks Irrigation Conversion Project at 11 municipal parks. At each park two meters shall be installed in the new control building, one meter shall measure the well water supplied for irrigation and the other one shall measure the city water used. Strainers shall be included for l I city meters if Contractor proposing horizontal turbine meters. 1.2 SUBMITTIALS Product Data and Shop Drawings: Submit product data, head loss curves, and shop drawings on each type of meter for approval prior to bidding. Manufacturer's Warranty. Current parts price list for each type of meter. 1.3 PAYMENT Water meters shall be paid for under lump sum price. 1.4 WARRANTY Workmanship and materials: The manufacturer shall replace, without charge, those parts in which defects have developed within two years of shipment. This shall be done on the return of the defective parts to the manufacturer or on proof of a defect; however, this warranty shall not apply if the meter has been modified with replacement parts not made by the manufacturer of the meter. The manufacturer/supplier shall bear all costs for returned meters. PART 2 PRODUCTS 2.1 GENERAL. 1. Except as otherwise modified or supplemented herein, AWWA Standard C701, AWWA Standard for Cold -Water Meters, shall govern the materials, design, manufacture and testing of all meters furnished under this specifications. 2. Register -box rings and covers shall be made of a copper alloy containing not less than 85percent copper. 3. Measuring Cages: Shall be of a copper alloy containing not less than 85 percent copper. 4. Measuring Turbines: As stated in AWWA C701-02. 5. Turbine Spindles: As stated in AWWA C701-02 6. Gear Trains: As stated in AWWA C701-02 Parks Irrigation System Phase 1 15120- 1 July 2006 7. External Fasteners (Casing Bolts, Nuts, Screws, and Washers) 8. Casing bolts, nuts, screws, and washers shall be made of a copper alloy containing not less than 57 percent copper; or of stainless steel. Fasteners for non -pressure assemblies may be made of a suitable engineering plastic. 9. Companion Flanges: Companion flanges for 3" -- 6" meters shall be made of cast-iron. 2.2 DESIGN. 1. Size: As shown in AWWA C701-02 TABLE 1. 2. Capacity: As shown in AWWA STANDARD C701-02, TABLE 1. 3. Length, Width, and Height: a. Maximum overall meter length, face to face of flanges, shall not be greater than shown in Table 2. b. Meter width and height shall not be greater than those shown in Table 2. c. The distance from the centerline of the meter outlet to the lowest point on the meter bottom shall not be greater than shown in Table 2 of AWWA STANDARD C701-02. 4. Test Plugs: A test plug shall be provided on all meters 3" and larger. Test plugs should be no less than 1 1/2 inch in diameter. 5. Pressure Requirement: As stated in AWWA STANDARD C701-02. 6. Accessibility: As stated in AWWA STANDARD C701-02 7. Registration Accuracy: a. Meters shall meet the following requirements for accuracy with water at a temperature less than 80 degrees F (27 degrees Q. b. Class II meters shall register not less than 98.5 percent and not more than 101.5 percent of the water that actually passes through at any rate of flow within the normal test flow limits set forth in Table 1. 2.3 DETAILS. 1. Main Case: As stated IN AWWA Standard C701-02. 2. External -Case Screws, Bolts, Nuts and Washers: As stated in AWWA C701-02. 3. Flanged connections: The number of bolt holes and the diameter of the bolt holes and bolt circle shall be as stated in table 3. 4. Registers: a. Registers shall be straight -reading, permanently sealed by the manufacturer, and shall read in US gallons. b. The register mechanism shall not be in contact with the water that is being measured. Parks Irrigation System Phase 1 15120- 2 July 2006 c. The City of Lubbock requires meters to be capable of being equipped with a remote read register that is of the pulse generator, 4-20 milliamp or radio signal generating type to allow future meter reading conversion. 5. Register Boxes: a. The lid shall be recessed and shall overlap the register box to protect the lens. The Iens shall be securely held in place. b. When a meter is equipped with a remote register, the register -box lid may be omitted. 6. Gear Trains: a. Gear trains may be mounted on the measuring chamber or cage or in the main casing. When not exposed to water, they may be combined with or adjacent to the register gearing. b. Gear trains located in the line of flow shall be constructed of self-lubricating materials. They shall have separate housings or measuring chamber. 7. Measuring Chambers or Cages: As stated in AWWA Standard C701-02. 8. Strainers: Meters for the city line shall be provided with strainers. Strainers shall incorporate screen elements that are rigid and removable, without disturbing the connections to the pipeline, and have an effective straining area at least double that of the meter main case inlets. 9. Tamper -Resistant Features: As stated in AWWA Standard C701-02 10. Register Boxes: a. The name of the manufacturer shall be permanently impressed on the lid of the register box. b. The serial number of the meters, provided by the City of Lubbock, shall be imprinted on the lid and meter body. c. The city of Lubbock will require all meters at the time of bid opening to be certified as having the ability to be equipped digital and remote read-outs, utilizing at minimum switch closures. d. Meters that do not have this capability at the time of the bid opening shall be rejected. PART 3 EXECUTION 3.1 INSTALLATION Installation of flow meters shall be as recommended by the manufacturer. Flow meters shall be positioned as shown on drawings. END OF SECTION Parks Irrigation System Phase 1 15120- 3 July 2006 SECTION 15920 PRESSURE SWITCHES PART 1 GENERAL I ,1 SUMMARY This section covers specifications for furnishing and installing of all pressure controls required for completion of this project. Each pump building shall contain three pressure switches to control various pump, motor functions and perform valve actuations associated with this project. 1.2 SUBMITTALS A. Product Data: Furnish three copies of manufacturer's data for all products supplied under this section. B. Submit one original copy of manufacturer's warranty. PART 2 PRODUCTS 2.1 PRESSURE SWITCHES A. Pressure controls shall be designed to open or close an electrical circuit in response to a change in pressure. B. Switches shall be precisely engineered for 0.5% or better repeat accuracy. C. Shall have adjustable differential ranges form 0.2 to 125 psi. D. Acceptable Manufacturers: Allen Bradley Bulletin 836, Model # AB836c7A or _. approved equivalent. PART 3 EXECTUTION 3.1 GENERAL Installation of pressure switches shall be as recommended by the manufacturer. END OF SECTION Parks Irrigation System Phase 1 15920- 1 July 2006 ATTACHMENTS A. Site Locations B. Pump and Well Data C. Building and RPZ schedule D. Minimum Elevations for Buildings and Structures E. Bid Tabulation Work Sheet F. Plans and Drawings Parks Irrigation System 07/2006 Phase 1 MAD 83 DURAN - N LAT. / LONG. a 33'34'ILgr / 101'97V9.W kNORTHING / EAIMNG 17271470.51 / 017064.86 DURAN -i LAT. / LONG. i 33034V&l7" / 101'57'O9.14" 11 SCALlh V ■ 200• JANUARY, 2004 w • ■ WELL s NORTHING / EAMNO : 7270822_B? 1 o47nM_S& DURAN PARK ELMO" - SE LAT. / LONG.133'31'5&1 r' / 101's4'12.60" NORTHING / EASTING : 7 .71 / 63155&08 I ELMORE - HE I LAT. / LONG. i 33.32V&70" / 101 *SC14AW I I NORTHING / EASTING a 72M74.59/ 031414.70 I ELMORE - N LAT. / LONG. i 33'32'04.16" / 101'34'23.9ir SCALE: V ■ 300' JANUARY, 2006 w � • ■ V MLL NORTHING / EASTING : 7258 41.15 / 530623.22 ELMORE PARK NOEL - N LAT. I LONG. i 33'3W43.70' / 101'5V52.43' NORTHING / SASMNQ 17250156.92 / 922674.96 NOEL. - w I LAT. / LONG. i 33'30" 40.07' / 101'5V54.115' 1 NORTHING / EAST MG s 724988s.11 / 92M2.71 I :SRD 0T I SCALE: 1" r 2000 JANUARY, 2006 0 m WELL HOEL PARK NUWFEE ELEbEWARY omn m M SCALE: I'm 300' JANUARY, 2006 w • ■ VMLL NADA3 I KASTNM - w LAT./ LONG. a 33'31151AS" / 101'53034.W 1 I NORTHING / EASTlNG r 7256621.64 / 03478&00 1 I iusTruN . ■ i LAT. / LONIL i 33'31'4S.61' / 101'5325AW NORTHING I KAWnMG 11 729AM7_494 1 GwRRSK 44 I KASTI M PARK HAM LWU-1 LAT.1 LONG. i 33'36`03.31" 1101'1M1.13" NORTHING 1 EASTING a 7222ue_2A I DIAMM-.44 M SCALES V ■ 2OW JANUARYj 2006 w • 0 aVbl[LL • LOPEZ PARK 30TH ST 1 34TH ST M sCALSe 10 m 2000 JANUANY, 2004 w i • ■ MALL MAHON -s 1 LAT.1 LONG. 133*33152.02" 1101'ss'ss.33" I I NORTHING / BASTING 1 7269196.96162M7.s7 I MAHON - N 1 LAT.1 LONG. 1 33`3W57.66" 1101's6*2.22" 1 NORTHING / BASTING 172B9807.M 12228&L22 i MAHON PARK ?n Orr omar "mat two at LLI H11 I I nH TTTT NAD83 REMIINGTON - s LAT. I LONG.133'31'40.7d" / 101 *W41.12" NORTHING / EASTINQ 17255889.70 / 924020.16 REIIINGTON - N LAT. / LONG. 133'31033AC / 101 *5V40.73" NORTHING / EASTINQ 17257169.53 / 024004 O7 SCALsi V ■ 300, JANUARYj 2006 w i s ■ MYELL a REMINGTON PARK ATiaNS Jit HIGH Q SCALE: 1" ■ 2005 JANUARY 2006 • ■ VMLL RIBBER - 0'W I LAT.1 LONG. a 33'32`22AV 1101051040.720 1 I NORT14ING / EASTRlO i 7250r140.721944403.89 I Rini" w Fm LAT. I LONO.: 33`32'Ze.32" / 101'51'30.74" I wnowulum r MAOWNU,, . ....s •.., i t..mpftm*.W M. I RIBBL.E PARK BATES ST AUSURNST } S r S f � ; r t " AMAHERST ST 4ST ST HAD 83 ROGER$ W N LAT.1 LONG. 133.36V&5C / 101OSV07JW NORTHING 1 EARTM43 17281712.321937822.54 ROGERS- 8 wt SCAL■=10 ■ 200' JANUARY 20" w # • . SMLL s LAT.1 LONG. 1333V5&6C 11 th •5S'07.73" YAQTUIYA I ■ARTNUA . 7"4*dR RL I Ow7/M7 74 ROGERS PARK MAD 193 SMnif - 1 LAT.1 LONG. 1 33*Wa&34" 1101.5VSB g1" YA07���VA ! MAMalkrA - — - . ___ --- —- SCAM 1" ■ 200, M JANUARY 2006 rr � . ■ MLL , AYKTY OAMl r STEVENS - N LAT.1 LONG. i W3123200" 1101'SS'25.71" NORTHING 1 EASTMG : 72540U.30 / 0249SQ.83 STEVENS - s LAT. I LONG. a 33'31'23Ar 1 I C" 056°22AC SCALKs V w 300' M JANUARY 2006 w R 0 w VMLL a NORTHIMO I F-MINA 9 "MAwm s my ► wsmsA9 " STOMMA PAMW PARK HPWD WELL NO. PROP.- PUMP CAPACITY (gpm) COLUMN: PIPE DIA. in ACTUAL DEPTH (feet) DRAW DOWN (feet) STATIC LEVEL (feet) TOTAL HEAD (feet) LAM Duran N 8728 125 3 186 107.00 87.50 356.57 Elmore NE 8732 165 3 119 48.00 12.00 .304.40 Hoel N 8735 165 3 169 105.00 51.00 367.96 Kastman W K ko 8736 150 22-1— 3 122 RXIF 62.00 15.00 312.02 I iopez NW 8715 190 4 175 129.00 73.20 374.94 MY �h Mahon N 8738 125 3 157 106.00i 62.50 359.78 > Remington N 8740 175 4 150 98.00 26.00 351.69 7T Ribble NE 8743 135 3 145 83.00 52.00 331.89 R6dde-rs Rodgers S 8744 100 3 172 131.00 40.00 374.89 Smith I Stevens Sb 8747 125 3 155 39.50 22.25 287.59 stewn, 14 7, 7,�o -, OA, 't �% 17, '-,F "1 Ai" w Notes: • Pump Efficiency shall be at least 76.5%. • Maximum Allowable Speed shall be 3600 RPM. • Casing Diameter for all wells 8-inch. PUMP AND WELL DATA ATTACHMENT B ATIONS JR HIGH Q 62ND ST RILE - SW I LAT.1 LONG,. 133*32'2&42" 1101 *51'40.72" 1 I NORTHING, / CASTING i M9440.721944493.89 1 111811 .0 - NC SCALtt V ■ 200' JANUARY 2006 • ■ OMLL LAT.1 LONG,.: 33`32'Z8.32" 1101's1'30.74" NORTHING,/ CASTING, t 7260009.721945357.21 RIBBLE PARK BATES ST TUNS ELEMENTANY '00- Y AUBURN ST �^rr � k �� y f F .•' � r i AIU4EMT ST 1ST ST 5GALet 1" ■ 200' JANUARY 2004 • m WELL MM 83 ROGERS - N LAT.1 LONG. a 33'36'M5C 1101'S"7JW NORTHING 1 EASTING 1 7281712.3218378=54 ROGMRS- S LAT.1 LONG. i 33'31M6C 1104.5"7.M NORTHING 1 EASTING 1728121L641937827.74 1 ROGERS PARK wwovwac BLEWrrrARY IM ST HAD 93 SMITH - 1 LAT. I LONG. i 33'34` O.W 1101'3 50.91" NORTHING 1 EAWMG 1727SM.Q4 I =170.83 14TH ST 1 1aTH ST I I F1 1aTH PL. SCALl:1" ■ 200, " JANUARY 20" w E • ■ UMLL SMITH PARK STEVENS . N LAT.1 LONG. i 33'31'3LOIr 1101.55'29.71" rlLAT. RTHING 1 EASTING s 72549OZ391924956.93 $1 ZVENS - s 1 LONG.: 33'3123AV 110105522AC !1 SCALE: 9" ■ 300' JANUAKY 2006 w r • ■ WELL , NORTHING 1 EA*rWQ 1 7254092„57 / 925543.67 STEVENS PARIc PARK HPWD WELL NO. PROP: PUMP CAPACITY m COLUMN PIPE DIA. in(feet) ACTUAL DEPTH DRAW DOW feet STATIC LEVEL feet TOTAL HEAD feet Duran N RI* 8728 125 .. 3 i r4 186 �c `�,' '. 3'� 107.00 S s'Gi 87.50 . ;`� .. Y. .; 356.57 M Elmore NE 8732 165 3 119 48.00 12.00 304.40 Hoel 87735165 3 1(69 105.00 51.00 367.96 (N{� y Kastman W 8736 150 3 122 62.00 15.00 312.02 Lopez NW 15 190° 4 175 129.00 73.20 374.94 M'o j ;''� k. y}87y ., .V ��w}^ Mahon N 8738 125 3 157 106.001 62.50 359.78 Remington N 8740 175 4 150 98.00 26.00 `43.3 351.69 Ribble NE 8743 135 3 145 83.00 52.00 331.89 Rod Rod ers S 8744 100 3 172 131.00 40.00 374.89 mith _ M39.50 n Stevens S 8747 125 3 1 155 22.25 287.59 Notes: • Pump Efficiency shall be at least 76.5%. • Maximum Allowable Speed shall be 3600 RPM. • Casing Diameter for all wells 8-inch. PUMP AND WELL DATA ATTACHMENT B Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 6. MECHANICAL -ELECTRICAL COORDINATION: 6.1. Unless otherwise specified the Electrical Contractor will furnish and install all conduit, wiring, disconnects, starters, thermal overload heaters, holding coils, remote pushbutton stations, Hand -Off -Auto and multi -speed switches, and pilot lights for all electrically operated mechanical equipment, including final connections leaving items ready for operation. 6.2. Where starters are an integral part of the equipment the Electrical Contractor shall furnish and install all wiring and make all final connections to the line side of the starter or disconnect device. All wiring beyond this point shall be by the mechanical contractor furnishing the motor. 6.3. The Mechanical Contractor shall provide all control devices such as thermostats, pressure sensors, humidistats, etc. associated with the mechanical equipment, and shall install those items which due to their method of operation must be connected or integrated into the equipment. Items not attached to mechanical equipment, duct or piping shall be installed by the Electrical Contractor. All wiring for mechanical control shall be provided and installed by the Electrical Contractor, regardless of who installed the device. Control diagrams shall be provided by the Mechanical Contractor. 6.4. Each contractor shall consult with the Electrical Contractor before ordering or installing equipment, to coordinate the motor, starter, holding coil, overload, interlocks, etc. and shall be equally responsible to insure that the equipment installed is of proper size and type. 6.5. After wiring is completed by the Electrical Contractor, each Mechanical Contractor shall inspect the appropriate wiring before motors are operated. If any discrepancies are discovered the Mechanical Contractor shall notify the Owner in writing. The Owner shall arrange to have the changes made as required. After any required changes are complete, the Mechanical Contractor who furnished the motor shall assume complete responsibility for motor protection during the warranty period including initial startup of each motor. 7. MOUNTING HEIGHTS TO COMPLY WITH HANDICAPPED REGULATIONS. 7.1. General: Install all mechanical and electrical components regulated by handicapped -regulations at heights required by appropriate regulations. 7.1.1. Contractor shall contact Engineer and coordinate height of any component which is not listed below. 7.1.2. Contractor shall compare the following dimensions with architectural elevations and dimensions. Any conflict shall be resolved prior to installing and plumbing fixture/component. 7.2. Electrical Components Light Switch 8" Max. fir to top of box Receptacle 15" Min. flr to btm of box S. CONCRETE WORK AND PADS: 8.1. All concreting, reinforcing, and form work necessary in connection with the construction of pads and the concreting around ducts or raceways shall be provided by the mechanical or electrical contractor, as appropriate. 9. OWNER INSTRUCTION: 9.1. Each contractor shall instruct the Owner's representative in the operation and maintenance of each system. Instruction periods shall include as a minimum 2 visits of 8 hours per visit. These visits shall be at the convenience of the Owner. Submit a letter signed by the Owner certifying satisfactory completion of instructional activities. 10. FINAL INSPECTION: 10.1. Final inspection will be made only after the Contractor certifies in writing that the work is 100% complete. 16000-3 s 3 d Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas E 10.2. A representative from each Contractor and sub -Contractor shall be present and shall be prepared to assist the Owner/Engineer in performing the inspection. This shall include the operation of all equipment items, £ the removal of inspection panels/doors(as requested), etc. 10.3. An inspection report describing incompletelor unacceptable work will be prepared. This will be reviewed with the Contractor at the project site. 10.4. After the incomplete or unacceptable work is 100% corrected the Contractor shall so certify in writing to the Owner. 11. PROJECT CLOSEOUT: 11.1. The following requirements must be fully completed before the final application for payment will be accepted or approved. 11.1.1. Final inspection performed and all corrections made. I l .1.2. Submittal of: Maintenance manual. Owner instruction certification letter. Equipment warrantees. Written receipt for all loose items. 1 d000-4 Grimes & Associates Lubbock Park Water Wells Consulting Engineers, LP CERTIFICATE OF OWNER INSTRUCTION (name of project) City of Lubbock Lubbock, Texas CERTIFICATION: "The Owner's personnel have been trained in accordance with requirements of the plans and specifications." OWNER (signed) (date) (title) (Owner's Name) CONTRACTOR (signed) (date) (title) (company) (date) END OF SECTION 16000 16000-5 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas SECTION 16055 - ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of electrical identification specified in this section include the following: Engraved Plastic Signs. 2. QUALITY ASSURANCE: 2.1. UL Compliance: Comply with applicable portions of UL safety standards pertaining to electrical marking and labeling identification systems. 2.2. NEC Compliance: Comply with NEC as applicable to installation of identifying labels and markers for wiring and equipment. 3. SUBMITTALS: 3.1. Product Data: Submit manufacturer's product specifications and installation instructions for each identification material and device required. Include data substantiating that materials comply with requirements. PART 2- PRODUCTS 4. ELECTRICAL IDENTIFICATION MATERIALS: 4.1. General: Provide manufacturer's standard products of categories and types required for each application. 4.2. Engraved Plastic -Laminate Signs: Provide engraving stock melamine plastic laminate, complying with FS L-P-387, in sizes and thickness indicated, engraved with engraver's standard letter style of sizes and wording indicated, black and white core (letter color) except as otherwise indicated, punched for mechanical fastening except where adhesive mounting is necessary because of substrate. 4.2.1. Thickness: 1/8", except as otherwise indicated. 4.2.2. Fasteners: Self -tapping stainless steel screws, except contact -type permanent adhesive where screws cannot or should not penetrate substrate. 4.2.3. Provide Seton Style EB or equivalent engraved plastic signs with normal Gothic style lettering. 4.2.4. Lettering: Coordinate names, abbreviations and other designations used in electrical identification work with corresponding designations shown, specified or scheduled on Electrical Drawings, PART 3-EXECUTION 5. ATION AND INSTALLATION: 5.1. Install identification .._ after completion of painting. 5.2. Install engraved plastic -laminate sign on each major unit of electrical equipment in building. 5.3. Except as otherwise indicated, provide single line of text, 1/2" high lettering on 1-1/2" high sign (2" high where 2 lines are required), white lettering in black field. Provide text matching terminology and numbering of the contract documents and shop drawings. 5.4. Provide signs for each unit of the following: 5.4.1. Panel boards, electrical cabinets and enclosures: "Panelboard 06A" 5.4.2. Service disconnect switches: "Service Disconnect — Well Pump", "Service Disconnect — Step-down Transformer". 5.43. Motor starter: "Well Pump Starter". 5.5. Install signs at location for best convenience of viewing without interference with operation and maintenance of equipment. Secure to substrate with fasteners, except use adhesive where fasteners should not or cannot penetrate the substrate. END OF SECTION 16055 16055-1 Grimes & Associates Lubbock Park Water Wells Consulting Engineers, LP SECTION 16110 - BASIC ELECTRICAL MATERIALS AND METHODS PART 1- GENERAL 1. DESCRIPTION OF WORK: I.I. Items discussed includes, but is not limited to, the following: Raceways. Conductors. Boxes and Fittings. Taps and Splices. City of Lubbock Lubbock, Texas 2. [QUALITY ASSURANCE: 2.1. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to raceways and with ANSI C 134.1 (NEMA Standards Pub No. OS 1) as applicable to sheet -steel outlet boxes, device boxes, covers and box supports. 2.2. UL Compliance and Labeling: Comply with provisions of UL safety standards pertaining to electrical raceway systems, wire, cable, connectors, boxes and fittings and provide all items UL-listed and labeled. 2.3. NEC Compliance: Comply with requirements as applicable to construction and installation of raceway systems, electrical wire, cable, connectors, boxes and fittings. 3. SUBMITTALS: 3. L Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each device or component required. This includes raceways, conductors, connectors, boxes, etc. 3.2. Connectors: Submit manufacturer's code scheme for matching compression connector and die. PART 2-PRODUCTS 4. METAL CONDUIT AND TUBING: 4.1. General: Provide metal conduit as indicated, 4.1.1. Rigid Steel Conduit: FS WW-C-0581 and ANSI C80.1 4.1.2. Rigid Metal Conduit Fittings: FS W-F-408. 4.1.3. Electrical Metallic Tubing(EMT): FS WW-C-563 and ANSI C80.3. 4.1.4. EMT Fittings: FS W-F-408. Provide only compression -type fittings; "set -screw" fittings will not be accepted. 4.1.5. Liquid -Tight Flexible Metal Conduit: Provide liquid -tight flexible metal conduit; construct of single strip, flexible, continuous, interlocked, and double -wrapped steel; galvanize inside and outside; coat with liquid -tight jacket of flexible polyvinyl chloride (PVC). 4.1.6. Liquid -Tight Flexible Metal Conduit Fittings: FS W-F-406, Type 1, Class 3, Style G. 5. NONMETALLIC CONDUIT AND DUCTS: 5.1. General: Provide heavy wall rigid nonmetallic conduit as manufactured by Carton. Provide schedule 40, 90 deg C, Ul-listed PVC. 5,2. Underground PVC Plastic Utilities Duct: ANSI/NEMA TC 6, Type 1 for encased burial in concrete, Type II for direct burial. 5.3. PVC and ABS Plastic Utilities Duct Fittings: ANSI/NEMA TC 9, match to duct type and material. 6. WIRE AND CABLE: 6.1. General: Provide wire, cable and connectors of manufacturer's standard materials, as indicated by published product information; designed and constructed as recommended by manufacturer, and as required for the installation. 6.2. Provide factory -fabricated wire of sizes, ratings, materials and types indicated for each service. UL Type: THHN. UL Type: THW. 16110-1 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas Material: Copper. Conductors: Solid (AWG 20 to AWG 8 only). Conductors: Concentric -lay -stranded (standard flexibility), Outer Covering: Thermoplastic. 7. CONNECTORS: 7.1. Provide UL-listed and labeled components and devices. 7.2. Crimp -Type Compression Connectors (all copper conductors No. 8 AWG and larger): Provide high conductivity copper crimp -type; Ilsco "CT" series for straight splices or "AH" series for tap splices, or approved equal. Comply with UL486. Provide color -coded between connector and die. 7.3. Twist -On Connectors (all copper conductors no. 18 thru no. 10 AWG): Provide twist -on wire joints at outlet box taps, Thomas & Betts series "PT" or approved equal. 7.4. Heat Shrinkable Tubing: Provide heavy-duty protective covering, rated for 600 volts, 90 deg C, designed for 3:1 shrink ratio. Provide Steel City type "HS" or approved equal. 7.5. Tap Connectors: Provide factory -supplied, insulated tap conductor, NSI Industries IPLD Series or approved equal. Provide with wire entry ports on either side of the connector. Provide with removable plugs to cover the entry ports not used. No exceptions without prior approval. S. FABRICATED BOXES: 8.1. Interior Outlet Boxes: Provide galvanized fiat rolled sheet steel interior outlet wiring boxes, of types, shapes and sizes, including box depths, to suit each respective location and installation; construct with stamped knockouts in back and sides, and with threaded screw holes with corrosion -resistant screws for securing box covers and wiring devices. 8,1.1. Interior Outlet Box Accessories: Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, fixture studs, cable clamps and metal straps for supporting outlet boxes, which are compatible with outlet boxes being used and fulfilling requirements of individual wiring situations. Choice of accessories is Installer's option. 8.2. Conduit Outlet Bodies and Cast Device Boxes: Provide galvanized cast -metal conduit bodies, of types, shapes and sizes, to suit respective locations and installation, construct with threaded -conduit -entrance ends, removable covers, cover gaskets, and corrosion -resistant screws. Provide Appleton or approved equal. 8.3. Bushings, Knockout Closures, and Locknuts: Provide corrosion -resistant punched -steel box knockout closures, conduit iocknuts and malleable iron conduit bushings, offset connector, of types and sizes to suit respective uses and installation. 9. MULTI -PURPOSE APPARATUS ENCLOSURES 9.1. Provide ground -mounted, 14 ga steel enclosure for indicated equipment. 9.2. Provide with powder coat paint, (exceed ANSI guidelines) "Munsell" green color. 9.3. Provide with domed roof (for water drain), stainless steel door hardware and hinges, tamperproof louvers, front and rear access, two point latching (with padlock hasp and penta-head bolt). 9.4. Provide equipment mounting rails for indicated equipment. 9.5. Provide framework that permits bolting to concrete base. 9.6. Provide Maysteel EL100-41, or approved equal. PART 3 - EXECUTION 10. INSTALLATION OF ELECTRICAL RACEWAYS; 10.1. Install electrical raceways where indicated; in accordance with manufacturer's written instructions, applicable requirements of NEC and NECA "Standard of installation", and complying with recognized industry practices. 10.2. All conduit shall be run in a manner acceptable to the Engineer. When requested by the Owner or Engineer, a complete conduit system layout shall be submitted for approval for each floor or section under construction before permanent support or location is made. 16110-2 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 10.3. All conduit shall be installed as a complete system without wires and shall be continuous from outlet to outlet and from fitting to fitting. A run of conduit from between outlet and outlet or between outlet and fitting shall not contain more than the equivalent of four 90 deg bends, including those bends located immediately at the outlet or fitting. 10.4. No feeder conduit shall be longer than 80 feet between junction boxes or cabinets unless there are no direction changes and only a straight in -line pull of wire is required. In such straight -in -line runs the distance between cabinets or boxes may be increased to 100 feet. 10.5. Coat under floor metal raceways with biturnastic type protective coating prior to placing concrete. 10.6. Complete installation of electrical raceways before starting installation of cables/wires within raceways. 10.7. Liquid -tight flexible conduit: Provide for light fixtures in control house and for other electrical equipment connections where subject to movement and vibration. 10.8. Below -Grade Conduit: No less than 3'-0" prior to penetrating floor slab, change under floor conduit to EMT or rigid steel conduit. Provide concrete -tight fittings and coat conduit as specified in this section. 10.9. Conduit Used as "Ground" Path: This electrical installation shall consist of a complete "green -wire" ground system, i.e. each electrical device shall be grounded with a separate ground wire and shall not rely on the conduit system for ground path. This in no way release the Contractor from complying with NEC requirements to install all conduits completely grounded. 10.10. Minimum Conduit Size: The minimum conduit size acceptable on this project is 1/2" unless specifically approved by the Engineer. 11. SPECIAL RACEWAY SYSTEMS: 11.1. Mechancial-Related Conduits: 11.1.1. General: All above -grade control conduit shall be run in EMT conduit, unless specifically stated otherwise. No exposed wiring shall be allowed. All control devices may not be shown on both the "mechanical" and "electrical" drawings. Review all drawings and/or specification sections for information on control requirements PRIOR TO SUBMITTING BID. 11.1.2. Special Systems: There are a number of mechanical systems which require special electrical controls. Electrical contractor must review mechanical specifications and coordinate with mechanical contractors to determine complete requirements for each of these systems. These systems include, but are not listed to the following: Pump control. Louver/exhaust fan control switches, etc. 11.2. Below grade Conduit: 11.2.1. Provide PVC. 11.3. Electrical Service Conduits: 11.3.1. Provide rigid steel conduits above -grade. 12. INSTALLATION OF WIRE AND CABLE: 12.1. General: Install electrical cables, wires and connectors as indicated, in compliance with manufacturer's written instructions, applicable requirements of NEC and NECXs "Standard of Installation", and in accordance with recognized industry practices. 12.2. Coordinate cable and wire installation work with electrical raceway and equipment installation work, as necessary for proper interface. 12.3. Pull conductors together where more than one is being installed in a raceway. 12.4. Use pulling compound or lubricant, where necessary; compound must not deteriorate conductor or insulation. 12.5. Use pulling means, including fish tape, cable or rope which cannot damage raceway. 12.6. Keep conductor splices to minimum. 12.7. Install splices and tapes which have mechanical strength and insulation rating equivalent -or -better than conductor. 12.8. Use splice and tap connectors which are compatible with conductor material. 12.9. Color Coding: Provide conductors with colored insulation complying with the following schedule: 120/240V System: Phase A: Black. 16110-3 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas Phase B: Orange(high leg) Phase C: Blue. Neutral: White or Gray. Ground: Green. Switch Leg: Black w/ White, Blue w/ White. 277/480V System: Phase A: Purple. Phase B: Brown. Phase C: Yellow. Neutral: White or Gray. Ground: Green. Switch Leg: Purple w/ White, Brown w/ White, Yellow w/ White. 12.9.1. ALL SERVICE, FEEDER AND BRANCH CONDUCTORS ARE TO BE SO CODED. 12.9.2. All wiring No. 8 and larger shall be black and shall be marked with color banding tape as specified. All phase conductors, neutral and equipment ground conductors shall each be marked with colored tape. This tape marking shall be applied at the breakers, mains, and in all wire way, pull box, auxiliary gutter, junction box, motor terminal box and transformer enclosure. In wire ways and auxiliary gutters longer than two feet, install tape marking every four feet of wiring in the raceway. 12.10, Wiring Sizing: No conductor smaller than #12 shall be used. In the case of #12 "home runs" over 75 feet in length resize in accordance with the following: 75 to 125 feet: #10 AWG. 125 feet-: #$ AWG. 13. INSTALLATION OF MULTI -PURPOSE APPARATUS ENCLOSURES: 13.1. Provide 6" thick concrete pad of size and location shown. Install pad level and secure. 13.2. Coordinate equipment and enclosure to ensure adequate size. Ensure interior mounting racks coordinated with equipment to be installed. 13.3. Coordinate exact location with Engineer and Owner prior to placement of pad. 13.4. Route all conduit within foot -print of enclosure. NOT EXPOSED CONDUIT WILL BE ALLOWED. 13.5. Anchor enclosure to pad with 12-3/8"x4" long epoxy -set concrete anchor bolts (one bolt in each corner and two bolts on each side, between corner -bolts). 14. ADJUSTING AND CLEANING: 14.1. Upon completion of installation of raceways, inspect interiors of raceways; remove burrs, dirt and construction debris. 15. FIELD QUALITY CONTROL: 15.1. Prior to energization, test cable and wire for continuity of circuitry, and also for short circuits. Correct malfunctions when detected. 15.2. Subsequent to wire and cable hook-ups, energize circuitry and demonstrate functioning in accordance with requirements. 16. APPLICATION; 16.1. Conduit: 16.1.1. Rigid Steel: Provide for all building service wiring and/or where abuse might be expected. 16.1.2. EMT: Provide for all building feeder and branch circuits. 16.1.3. Non -Metallic Conduit: Provide for all below -grade conduit, unless noted otherwise. 16.2. Conductors: 16.2.1. THW: Provide for all feeder circuits and otherwise as required by NEC due to site conditions. 16.2.2. THHN: Provide for all branch circuitry, except where restricted by NEC. END OF SECTION 16110 16110-4 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas SECTION 16140 - WIRING DEVICES PART 1- GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of electrical wiring devices in this section include the following: Receptacles. Switches, Wall plates. 2. QUALITY ASSURANCE: 2.1. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical wiring devices. 2.2. UL Compliance and Labeling: Provide electrical wiring devices which have been UL-listed and labeled. 2.3. NEMA Compliance: Comply with NEMA standards for general- and specific -purpose wiring devices. 3. SUBMITTALS: 3.1. Product Data: Submit manufacturer's data on electrical wiring devices. PART 2-PRODUCTS 4. FABRICATED WIRING DEVICES: 4.1. General: Provide factory -fabricated wiring devices, in types, colors, and electrical ratings for applications indicated and complying with NEMA Stds Pub No. WD 1. Where types and grades are not indicated, provide proper selection as determined by Installer to fulfill wiring requirements, and complying with NEC and NEMA standards for wiring devices. 4.2. Receptacles: 4.2.1. Ground -Fault Circuit Interrupter Duplex: Provide duplex receptacle having feed-thru and terminal capabilities to interrupt the circuit when a fault to ground exceeds the predetermined limit. Comply with UL 943, class A. Provide UL listed as "Hospital -Grade". Provide with all nylon designer -style faces, indicator light (showing the circuit is powered) and test switch. Provide Leviton GFCI or approved equal. 4.3. Switches: 4.3.1. Snap: Provide specification -grade flush single and double -pole two, three and four way, toggle or key switches, 20- or 30-ampere, 125/277-volt AC, quiet operation, green grounding screw, with mounting yoke insulated from mechanism, equip with plaster ears, switch handle, and back or side - wired screw terminals. Provide with urea molded parts, color coded for rating. Provide Leviton "Spec Master" with ten limited warranty, model 1221 or approved equal. 5. WIRING DEVICE ACCESSORIES: 5.1. Lighting and Power Wall Plates: Provide single -switch, duplex, or simplex outlet wall plates for wiring devices, of types, sixes, and with ganging and cutouts as indicated. Construct with metal screws for securing plates to devices; screw heads colored to match finish of plates. Provide wall plates possessing the following additional construction feature: 5.1.1. Material and Finish: 0.04" thick, type 302 satin -finished stainless steel. PART 3 - EXECUTION 6. INSTALLATION OF WIRING DEVICES: 6.1. Install wiring devices as indicated, in compliance with Manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation", and in accordance with recognized industry practices to fulfill project requirements. 6.2. Coordinate with other work, including painting, electrical box and wiring work, as necessary to interface installation of wiring devices with other work. 16140-1 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 6.3. Install wiring devices only in electrical boxes which are clean and free from excess building materials, dirt, and debris. 6.4. Delay installation of wiring devices until wiring work is completed. 6.5. Delay installation of wall plates until after painting work is completed. 7. PROTECTION OF WALL PLATES AND RECEPTACLES: 7.1. Upon installation of wall plates and receptacles, advise Contractor regarding proper and cautious use of convenience outlets. At time of Substantial Completion, replace those items which have been damaged, including those burned and scored by faulty plugs. S. GROUNDING: 8.1. Provide electrically continuous, tight grounding connections for wiring devices, unless otherwise indicated. 9. TESTING: 9.1. Prior to energizing circuitry, test wiring devices for electrical continuity and proper polarity connections. After energizing circuitry, test wiring devices to demonstrate compliance with requirements. END OF SECTION 16140 16140-2 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas SECTION 16160 - POWER DISTRIBUTION PART 1-GENERAL 1. DESCRIPTION OF WORK: I.I. Types of power distribution components specified in this section include the following: Panel boards. Overcurrent Protective Devices. Grounding Devices. 2. QUALITY_ ASSURANCE: 2.1. Special Use -Markings: Provide panel boards, constructed for special use, with UL marks indicating that special type usage. 2.2. UL Compliance: Comply with applicable UL safety standards pertaining to panel boards and accessories, and enclosures; provide units which have been UL-listed and labeled. 2.3. NEC Compliance: Comply with NEC as applicable to installation of panel boards, cabinets, and cutout boxes. 2.4. NEMA Compliance: Comply with NEMA Std. Pub. No. 250, "Enclosures for Electrical Equipment (1000 volt maximum)", Pub. No. 1, "Panel boards", and installation portion of Pub. No. PB 1. 1, "Instructions for Safe Installation, Operation and Maintenance of Panel boards Rated 600 Volts or Less". 2.5. UL Compliance: Comply with applicable requirements of UL 489, "Molded -Case Circuit Breakers and Circuit -Breaker Enclosures". Provide overcurrent protective devices which are UL-listed and labeled. 2.6. NEMA Compliance: Comply with applicable requirements of NEMA Std Pub Nos. AB 1, AB 2 and SG 3 pertaining to molded -case and low -voltage power type circuit breakers. 2.7. NEC Compliance: Comply with NEC as applicable to construction and installation of service -entrance equipment and accessories. 2.8. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to electrical service entrances. 2.9. UL Compliance: Comply with applicable requirements of UL standards pertaining to service entrances. Provide service- entrance equipment and accessories which are UL-listed and labeled, and equipment marked, "Suitable for use as Service Equipment". 2.10. NEC Compliance: Comply with NEC as applicable to electrical grounding and ground -fault protection systems. 3. SUBMITTALS• 3.1. Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each type of panel board required. 3.2. Shop Drawings: Submit dimensioned drawings of panel boards and enclosures showing accurately scaled layouts of enclosures and required individual panel board devices, including but not necessarily limited to, circuit breakers, fusible switches, fuses, ground -fault circuit interrupters, and accessories. PART 2-PRODUCTS 4. CIRCUIT BREAKER PANEL BOARDS: 4. L General: Except as otherwise indicated, provide panel boards, enclosures and ancillary components, of types, sizes, and ratings indicated, which comply with manufacturer's standard materials, design and construction in accordance with published product information; equip with number of unit panel board devices as required for complete installation. Where types, sizes, or ratings are not indicated, comply with NEC, UL and established industry standards for applications indicated. 4.2. Interiors: 4.2.1. All interiors shall be completely factory assembled. They shall be so designed that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors, so that circuits may be changed without machining, drilling or tapping. 16160-1 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 4.2.2. Branch circuits shall be arranged using double row construction except when narrow column panels are indicated. A nameplate shall be provided listing panel type and ratings. 4.2.3. Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. A ground bus will be included in all panels. 4.3. Boxes: 4.3.1. Boxes shall be at least 20 inches wide made from galvanized steel. Provide minimum gutter space in accordance with National Electric Code. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided. 4.3.1.1. No "load centers" will be accepted. 4.4. Trim: 4.4.1. Switching device handles shall be accessible. Doors and panel board trims shall not uncover any live parts. Doors shall have flush type cylinder lock and catch except doors over 48 inches in height shall have auxiliary fasteners top and bottom of door in addition to the flush type cylinder lock and catch. Panel board switching devices with individual dead front doors shall be acceptable in lieu of standard door in trim design. 4.4.2. Panel board trim clamps shall be of the indicating type. 4.4.3. Door hinges shall be concealed. All locks shall be keyed alike; directory frame and card having a transparent cover shall be furnished with each door. 4.4.4. The panel board front shall provide door -and -door construction consisting of hinged inner dead - front shield and a formed door over the entire panel board. The front shall be tamper resistant and shall not be removable with the door locked. 4.4.5. All exterior and interior steel surfaces of the trim shall be properly cleaned, primed with a rust inhibiting phosphatized coating, and finished with a gray ANSI 61 paint. After installation, trim clamps shall not be accessible when the panel door is closed and locked. 4.5. Conductors: 4.5.1. All main bus bars shall be copper or aluminum, sized in accordance with UL standards to limit the temperature rise on any current carrying part to a maximum of 50 deg. C above an ambient temperature of 40 deg. C maximum.) 4.6. Circuit Breakers: 4.6.1. Provide circuit breakers and ancillary components, of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer`s standard design, materials, components, and construction in accordance with published product information, and as required for a complete installation. 4.6.2. Provide factory -assembled, molded -case circuit breakers ampere ratings as specified, 250-volts, 60 HZ. Provide breakers with permanent thermal and instantaneous magnetic trips in each pole. Construct with overcenter, trip -free, toggle type operating mechanisms with quick -make, quick -break action and positive handle trip indication. Construct breakers for mounting and operating in any physical position and in an ambient temperature of 40 deg. C. Provide breakers with mechanical screw type removable connector lugs, AL/CU rated. 4.6.3. All circuit breakers in lighting and appliance panel boards shall be "switch -rated" devices. 4.7. Lighting and Appliance Panel boards: 4.7. L Panels where shown for use at 240 volts maximum shall be UL listed with integrated assembly rating of 22K A.I.C. and shall be Square D, type NQOD or approved equal. 5. SERVICE ENTRANCE EQUIPMENT: 5.1. General: Provide service -entrance equipment and accessories; of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer's standard materials, design and construction in accordance with published product information, and as required for a complete installation; and as herein specified. 16160-2 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 5.2. Switches: Provide heavy-duty safety switches with NEMA type 3R enclosures safety switches complying with Division-16 section "Motor and Circuit Disconnects". 5.3. Raceways: Provide rigid steel conduit and fittings complying with Division-I6 Basic Materials and Methods section "Raceways". 6. GROUNDING SYSTEMS: 6.1. General: Provide each electrical grounding system indicated, with assembly of materials including, but not necessarily limited to, cables/wires, connectors, terminals (solderless legs), grounding rods/electrodes and plate needed for complete installation. 6.2. Provide electrical grounding conductors for grounding connections matching power supply wiring materials and sized according to NEC. 6.3. Ground Rod Tap Connectors: Provide UL467 listed, prefilled with Penetrox compound, Burndy YGHR-C or approved equal. 6.4. Ground Rods: Steel with copper welded exterior, 3/4" dia. x I W. PART 3 - EXECUTION 7. INSTALLATION OF PANEL BOARDS: 7.1. General: Install panel boards and enclosures where indicated in accordance with Manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation", and in compliance with recognized industry practices to ensure that products fulfill requirements. 7.2. Coordinate installation of panel boards and enclosures with cable and raceway installation work. 7.3. Anchor enclosures firmly to walls and structural surfaces, ensuring that they are permanently and mechanically secure. 7.4. Provide electrical connections within enclosures. 7.5. Fill out panel boards' circuit directory cards upon completion of installation work. Only type -written circuit directories will be accepted. 7.6. Connect circuitry within panel board in the same order as shown on the panel schedule. S. INSTALLATION OFSERVICE-ENTRANCE EQUIPMENT: 8.1 Install service -entrance equipment as indicated, in accordance with equipment manufacturer's written instructions, and with recognized industry practices, to ensure that service -entrance equipment fulfills requirements. Comply with applicable installation requirements of NEC and NEMA standards. 8.2. Coordinate with other electrical work, including utility company wiring, as necessary to interface installation of service -entrance equipment work with other work. 9. INSTALLATION OF OVERCURRENT PROTECTIVE DEVICES: 9.1. Install overcurrent protective devices as indicated, in accordance with the manufacturer's written instructions and with recognized industry practices to ensure that protective devices comply with requirements. Comply with NEC and NEMA standards for installation of overcurrent protective devices. 9.2. Coordinate with other work, including electrical wiring work, as necessary to interface installation of overcurrent protective devices with other work. 9.3. Fasten circuit breakers without mechanical stresses, twisting or misalignment being exerted by clamps, supports, or cabling. 10. GROUNDING SYSTEM INSTALLATION: 10.1. Install electrical grounding systems in accordance with manufacturer's written instructions and with recognized industry practices. Comply with requirements of NEC, NECA and NEMA standards for installation of grounding and ground -fault protection systems and devices. 10.2. Install clamp -on connectors only on thoroughly cleaned metal contact surfaces, to ensure electrical conductivity and circuit integrity. 10.3. Notify Engineer of grounding device installation no less than forty-eight hours prior to concrete pour, so that installation may be inspected. 16160-3 i Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 10.4. Fasten ground -fault sensing devices without mechanical stresses, twisting or misalignment being exerted by clamps, supports, bus bars or cables. END OF SECTION 16160 16160-4 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas SECTION 16170 - MOTOR AND CIRCUIT DISCONNECTS PART I -GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of motor and circuit disconnect devices specified in this section include the following: Disconnect Switches. Motor Starters. Receptacle and Plug "Disconnects". 2. OUALITY ASSURANCE: 2.1. UL Compliance and Labeling: Provide devices which have been UL-listed and labeled. 3. SUBMITTALS: 3.1. Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each device required. PART2-PRODUCTS 4. DISCONNECT SWITCHES: 4.1. Heavy -Duty Disconnect Switches: Provide surface -mounted, general -duty type, sheet -steel enclosed switches, of types, sizes, and electrical characteristics indicated; rated 600 volts, 60 hertz, with number of poles and blades and amp rating as specified for each application; incorporating spring assisted, quick - make, quick -break switches which are so constructed that switch blades are visible in OFF position with door open. Equip with operating handle which is integral part of enclosure base and whose position is easily recognizable, and is capable of being padlocked in OFF position. Construct current carrying parts of high -conductivity copper, with silver -tungsten type switch contacts, and stamped enclosure knockouts. Provide NEMA 1 or 3R type enclosure as required for each application. 5. MOTOR STARTERS: 5.1. General: Provide motor starters and ancillary components; which comply with manufacturer's standard materials, design and construction in accordance with published product information, and as required for complete installation. 5.2. Magnetic Starters: Provide full -voltage alternating current combination starters, consisting of starters mounted in enclosures; of types sizes, ratings, and NEMA sizes indicated. Equip starters with block type manual reset overload relays. Construct and mount starters in indicated NEMA enclosure. Provide with H- O-A switches and green "run" light. 6. RECEPTACLE AND PLUG "DISCONNECTS": 6.1. Provide 20A receptacle and plug for disconnecting specified devices with 114 HP motors and smaller. PART 3 - EXECUTION 7. INSTALLATION OF DISCONNECT SWITCHES: 7.1. Service Disconnect: Provide service disconnect devices in indicated metal housing. 7.2. Install disconnect switches where indicated, complying with manufacturer's written instructions, applicable requirements of NEC, NEMA and NECA's "Standard of Installation", and in accordance with recognized industry practices to ensure that products fulfill requirements. 7.3. Coordinate motor and circuit disconnect switch installation work with electrical raceway and cable work, as necessary for proper interface. 7.4. Install disconnect switches used with motor -driven appliances, and motors and controllers within sight of controller position unless otherwise indicated. S. INSTALLATION OF MOTOR STARTERS: 16170-1 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 8. L Install motor starters as indicated, in accordance with manufacturer's written instructions, applicable requirements of NEC, NEMA standards, and NECA's "Standard of Installation", and in compliance with recognized industry practices to ensure that products fulfill requirements. 8.2. Coordinate with other work including motor and electrical wiring/ cabling work, as necessary to interface installation of motor starters with other work. 8.3. Label motor starters with titles as shown on the drawings. Provide engraved plastic labels where possible, or provide engraved cover plate (for manual motor starters). 9. INSTALLATION OF PLUG & RECEPTACLE DISCONNECTS: 9.1. Locate receptacle within 12" of motor -driven device and provide no more than 18" power cord. 9.2. Provide for designated motors only, and only when motor is 1/4 hp or smaller. 10. APPLICATION: 10. L Disconnects: 10.1.1. Provide 60A/3P heavy-duty fused circuit disconnects for well pumps. 10.1.2. Provide 30A/2P heavy-duty fused circuit disconnects for set -down transformers. 10.2. Receptacle & Plug: 10.2,1. Provide for all exhaust fans. END OF SECTION 16170 16170-2 Grimes & Associates Lubbock Park Water Welts City of Lubbock Consulting Engineers, LP Lubbock, Texas SECTION 16190 - SUPPORTING DEVICES PART 1- GENERAL 1. DESCRIPTION OF WORK: 1.1. Support, anchors, sleeves, seals, for electrical raceway systems. 2. OUALITY ASSURANCE: 2.1. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical supporting devices. 2.2. ANSYNEMA Compliance: Comply with applicable requirements of ANSVNEMA Std Pub No. FB 1, "Fittings and Supports for Conduit and Cable Assemblies". 2.3. MSS Compliance: Comply with applicable MSS standard requirements pertaining to fabrication and installation practices for pipe hangers and supports. 2.4. NECA Compliance: Comply with National Electrical Contractors Association's "Standard of Installation" pertaining to anchors, fasteners, hangers, supports, and equipment mounting. 2.5. UL Compliance: Provide electrical components which are UL-listed and labeled. 3. SUBMITTALS: 3.1. Product Data: Submit catalog cuts, specifications, installation instructions, for each type of support, anchor, sleeve and seal. 3.2. Shop Drawings: Submit dimensioned drawings of fabricated products, indicating details of fabrication and materials. PART 2- PRODUCTS 4. MANUFACTURED SUPPORTING DEVICES: 4.1. General: Provide supporting devices; complying with manufacturer's standard materials, design and construction in accordance with published product information, and as required for a complete installation; and as herein specified. 4.2. Single Conduit, Horizontal: Support with Kindorf Series C-149 adjustable lay -in hangers or approved equal 4.3. Single Surface -Mounted Conduit, Horizontal or Vertical: Support with Kindorf Series HS-400 or approved equal. 4.4. Multiple Surface/Suspended Conduit, Vertical or Horizontal: Support with Kindorf Series B channel and Series C-105 pipe straps. 4.5. Support Components: Provide supporting devices of types, sizes and materials indicated; and having the following construction features: 4.5.1. Hexagon Nuts: For 1 /2" rod size; galvanized steel. 4.5.2. Round Steel Rod: Black steel; 1/2" dia. 4.5.3. Beam Clamps: Kindorf Series 500 or approved equal.} 4.6. Sleeves and Seals: Provide sleeves and seals as specified in Division-15 section "Pipe, Tube and Fittings". See "Pipe Sleeves" and "Sleeve Seals". 4.7. Conduit Cable Supports: Provide cable supports with insulating wedging plug for non -armored type electrical cables in risers; construct for rigid metal conduit; 4-wires, type wire as indicated; construct body of malleable iron casting with hot dip galvanized finish. 4.8. Roof -Mounted Conduit Supports: Provide rigid PVC roller -bearing pipe support, Miro Industries Model 24-R, or approved equal. No alternates without Engineer approval. PART 3 EXECUTION 5. INSTALLATION OF SUPPORTING DEVICES: 16190-1 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 5.1. Install hangers, anchors, sleeves and seals as indicated, in accordance with manufacturer's written instructions and with recognized industry practices to ensure supporting devices comply with requirements. Comply with requirements of NECA, NEC and ANSIMMA for installation of supporting devices. 5.2. Coordinate with other electrical work, including raceway and wiring work, as necessary to interface installation of supporting devices with other work. 5.3. Install hangers, supports, clamps and attachments to support piping properly from building structure. Arrange for grouping of parallel runs of horizontal conduits to be supported together on trapeze type hangers where possible. Install supports with maximum spacing indicated. 5.4. Provide sleeve seals for sleeves located in foundation walls below grade, or in exterior walls. Tighten sleeve seal nuts until sealing grommets have expanded to form watertight seal. 5.5. Roof -Mounted Supports: Install support flat on roof, removing any aggregate from the area to receive the support. Provide additional 12"x12" pad of 90# roofmg material below support. Mop roof pad onto roof and support onto pad. Provide multiple stacked supports as necessary for elevation changes. END OF SECTION 16190 16190-2 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas SECTION 16460 - TRANSFORMERS PART 1-GENERAL 1. DESCRIPTION OF WORK: I.I. Provide dry -type transformers of size and characteristic specified. 2. 4UALITY ASSURANCE: 2.1. UL Compliance: Provide transformers which have been UL-listed and labeled. 2.2. NEC Compliance: Comply with NEC as applicable to installation and construction of electrical power/distribution transformers. 2.3. NEMA Compliance: Comply with applicable portion of NEMA Std Pub Nos. Trl and TR27 pertaining to transformers. 2.4. ANSI/NEMA Compliance: Comply with NEMA Std S120 "Dry Type Transformers for General Applications". 3. SUBMITTALS: 3.1. Product Data: Submit manufacturer's product specifications and installation instructions for each transformer required. Include data showing rated KVA, frequency, primary and secondary voltages, percent taps, polarity, impedance and certification of transformer performance efficiency, percent regulation at 100% and 80% power factor, no load and full load losses in watts, % impedance at 75 deg C, sound level in decibels and standard published data. 3.2. Shop Drawings: Submit manufacturer's drawings indicating dimensions and weight loadings for transformer installations, showing layout, mountings and support, spatial relationship. 3.3. Wiring Diagrams: Submit wiring protection and control diagrams. Clearly differentiate between portions of wiring that are manufacturer -installed and portions to be field -installed. PART 2-PRODUCTS 4. TRANSFORMERS: 4.1. General: 4.1.1. Provide manufacturer's standard materials and components as indicated by published product information, designed and constructed as recommended by manufacturer and as required for a complete installation. 4.1.2. Provide factory -assembled, general-purpose, air-cooled, dry -type distribution transformer where shown; of sizes, characteristics and rated capacities indicated 4.2. Dry -Type Transformers, Less Than 45 KVA: -480V/2P Primary and 120V-24OWlPh secondary; 60-hertz, -30 KV BIL, 4% impedance, -primary winding with 2-taps; 5% increments below full -rated voltage for de -energized tap -changing operation, -class 150 insulation and rate for continuous operation at KVA, -65 deg F surface temperature rise and 75 deg C terminal compartment temperature with ambient temperature of 40 deg F. -wiring connectors suitable for copper or aluminum wiring. -sound-level ratings not to exceed 45 db as determined in accordance with ANSIYNEMA standards,\ vibration isolation supports between core and coil assembly and transformer enclosure. -electrically ground core and coils to transformer enclosure by means of flexible metal grounding strap. -fully-enclosed sheet steel enclosures with manufacturer's standard indoor enamel over cleaned and phosphatized steel, enclose primary and secondary coil wiring connections and electrical supply raceway terminal connector. PART 3 - EXECUTION 16460-1 Grimes & Associates Lubbock Park Water Wells City of Lubbock Consulting Engineers, LP Lubbock, Texas 5. INSTALLATION: 5.1. Install transformers as indicated, complying with manufacturer's written instructions, applicable requirements of NEC, NEMA, ANSI and IEEE standards and in accordance with recognized industry standards to ensure that products fulfill requirements. 5.2. Install units on vibration isolation pads. Comply with Manufacturer's recommendations. 6. APPLICATION: ©esi nation KVA 06A 15 7. TESTING: 7.1. Upon completion of installation of transformers, energize primary circuit at rated voltage and frequency from normal power source and test transformers, including, but not limited to audible sound levels, to demonstrate capability and compliance with requirements. Where possible, correct malfunctioning units at the site, then retest to demonstrate compliance; otherwise, remove and replace with new units and proceed with testing. 7.2. Identification: Provide engraved label designating transformer. END OF SECTION 16460 16460-2