Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2012-R0303 - Contract - Brown-Mckee Inc.- Building Ventilation Modifications - 08_09_2012 (3)
Resolution No. 2012—RO303 Item No. 5.9 August 9, 2012 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10569 for Southeast Water Reclamation Plant 4 blower building ventilation modifications, by and between the City of Lubbock and Brown -McKee, Inc., 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 on August 9, 2012 GILrVRIMERTSON., MAYOR ATTEST: Rebe ca Garza, City Secre t APPROVED AS TO CONTENT: - M, �1_ _Q J Marsha Reed, P.E., Chief Operating Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs/RES.Contract-Brown McKee, Inc. July 16, 2012 fciv Of lub 0 C-1 ADDENDUM #1 Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications ITB 12-10569-CI DATE ISSUED: June 19, 2012 CLOSE DATE & TIME: June 27, 2012 @ 3:00 p.m. ,�,v I)- -® R (--') 3 b The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Bidders are invited to review the following: 1. The Engineers' Addendum Number 1 is attached. rmatton or clarification ,must bed submitted in writing and City of Lubbock Corey Isaacs Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to cisaacs@mylubbock.us THANK YOU, &w# 9""A Buyer It is the intent,and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Director of Purchasing-& Contract Manaaement if anv laneuaee, reauimments-etc- or_anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. PAGE INTENTIONALLY LEFT BLANK CITY OF LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT PLANT 4 BLOWER BUILDING VENTILATION MODIFICATIONS ADDENDUM NO. 1 A. SCOPE. This Addendum No. 1 consists of pages AD1-1 through AD1-2 which are to be included in the Contract Documents: B. SPECIFICATIONS. 1. Section 00800 — SPECIAL CONDITIONS a. Page 1, Paragraph SC-4. Add the following to the end of the paragraph: "A Resident Project Representative will be provided to observe the Contractor's work. The Resident Project Representative shall not have responsibility for the superintendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operations, equipment, or personnel other than employees of the Engineer. This service will in no way relieve the Contractor of complete supervision of the work or the Contractor's obligation for complete compliance with the drawings and specifications. The Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or conditions." b. Page 4, Paragraph SC-13. Add Paragraph SC-13: "SC-13. WORK WITHIN EXISTING FACILTIES. The existing Plant 4 Blower Building houses two 800-hp single stage blowers and one 800-hp multi -stage blower. A minimum of one blower is in operation 24 hours a day/7 days a week. The equipment operates at a level that hearing protection is required to for any personnel working within the Blower Building. This requirement is clearly noted at the entrances to the building. Neither the Owner nor the Engineer will be responsible for providing hearing protection to the Contractor." 2. Section 02050 — DEMOLITION a. Page 2, Paragraph 3-1.02, Piping and Equipment Demolition. Add the following sentences at the end of the paragraph: "The Owner intends to abandon the existing lightning protection system in place that is located on the roof. If the existing lightning (City of Lubbock, TX ) r'~ (Southeast Water Reclamation Plant ) AD1-1 (Plant 4 Blower Building Ventilation Modifications) (ADDENDUM NO. 1 ) protection system is in the area of the sky lights that are to be demolished as part of this contract, it may be removed and not reconnected." C. DRAWINGS. 1. DRAWING BB4, HVAC SCHEDULES, DETAILS AND PLAN. a. Replace the first sentence of NOTE 3 in its entirety with the following: "THE EDGE OF THE SIDEWALK AT THE EAST END OF THE BUILDING SHALL MATCH THE ELEVATION OF THE EXISTING SIDEWALK, WHICH IS APPROXIMATELY 3160.5. THE EDGE OF THE SIDEWALK AT THE WEST END OF THE BUILDING SHALL MATCH THE ELEVATION OF THE EXISITNG SIDEWALK AT THE BASE OF THE STAIRS ACCESSING THE BNR BASIN. THIS ELEVATION IS APPROXIMATELY 3160.25." D. ACKNOWLEDGEMENT BY BIDDER. Each Bidder is required to acknowledge receipt of Addendum No. 1. June 18, 2012 BLACK & VEATCH CORPORATION OF *L1411R..A STRA7TOfd o { 92017 (City of Lubbock, TX ) (Southeast Water Reclamation Plant ) AD1-2 (Plant 4 Blower Building Ventilation Modifications) (ADDENDUM NO.1 ) N� 1 -'W I f[XIf ADDENDUM #2 Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications ITB 12-10569-CI DATE ISSUED: June 27, 2012 ORIGINAL CLOSE DATE & TIME: June 27, 2012 @ 3:00 p.m. NEW CLOSE DATE & TIME: July 11, 2012 @ 4:00 p.m The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Bidders are invited to review the following: 1. The close date for the bid has been extended to Wednesday, July 11, 2012 at 4:00 P.M. City of Lubbock Corey Isaacs Buyer P.O. Box 2000 Lubbock, Texas 79457 �i1< keclyvrtti ng afi Questions maybe faxed to (806)775-2164 or Emailed to cisaacs@Mylubbock.us THANK YOU, O?*q %aC4 Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Cily of Lubbock Director OL Purchasing & Contract Management if any language requirements, etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. PAGE INTENTIONALLY LEFT BLANK Cl I i, t. i Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit one (1) original, unbound copy of every item listed. No spiral binding. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. v' Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. ✓ 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. / 4. Clearly mark the bid number, title, due date and time and your company name and address on the l outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include ftrm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. S. Complete and submit the LIST OF SUB -CONTRACTORS. 9. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. 1 FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS i, COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. 14614Lac. (Type or Print Company Name) !x, 2 PAGE INTENTIONALLY LEFT BLANK j . i t INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. LUMP SUM BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 34. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS 3 PAGE INTENTIONALLY LEFT BLANK gym, 1 NOTICE TO BIDDERS ITB 12-10569-CI Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M., CST, June 27, 2012, or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 P.M., CST, on June 27, 2012, and the City of Lubbock City Council will consider the bids at the City Hall, 1625 13th Street, Lubbock, Texas, at a date and time to be specified, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current best Rating of f°A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for this project is $276,600. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself t- regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on June 13, 2012 at 10:30 A.M., CST, in the Southeast Water Reclamation Plant, 3603 East Guava Avenue, Lubbock, Texas. This is a secure facility and all visitors will be required to sign in at the front reception area. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.flipLeproductioncompany.com. ONE (1) SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE =.-r 4 f I s REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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 bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid .'. meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Marta ACvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT _ GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 P.M., CST, on June 27, 2012 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand comer: "ITB 12-10569-CI, Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre bid meeting will be held at 10:30 A.M., CST on June 13, 2012 at the Southeast Water Reclamation Plant, 3603 East Guava Avenue, Lubbock. Texas. This is a secure facility and all visitors will be required to sign in at the front reception area. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.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 public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the 6 i ["I request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid 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 Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB 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 bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REOUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 ' The issuance of this ITB 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 bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid 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 bid 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 bid 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. i 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder 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 bid, the bidder certifies and represents to the City the bidder 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 bid. 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 bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shaltbe responsible for the satisfactory completion of all work contemplated by said contract documents. . 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any lang_,uage, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. Corey Isaacs, Buyer City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 f } Email: cisaacsna mylubbock.us Bidsync: wwfv.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within One Hundred and Thirty-five (135) Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. An additional Thirty (30) consecutive calendar days shall be provided for achieving Final Completion from the date of Substantial Completion. 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 3 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 project. 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 3 a '1 i 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 C 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 y any document incorporated in this Contract by reference. 4_ 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to three (3) sets of plans and specifications and related contract documents for 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 j 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 bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. k (b) A sworn statement of the current financial condition of the bidder. (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. 10 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 bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 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 AND THE ENGINEER 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 THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. }f i f 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate 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 bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall 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 Sunday 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 Sunday 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 shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. 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, sixty dollars ($60) 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 Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnishes the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. r A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. .. 12 30 31 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for 12-10569-CI, Southeast Water Reclamation Plant, Plant 4 Blower Building Ventilation Modifications Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal.. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) 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 bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. , QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the I. contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 13 s� A(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (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 may J ro'ect be required to show that he has P Y 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 y 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 BIDAWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total Lump Sum bid. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same maybe applicable. 32.6 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 INVITATION TO BID. 32.7 The estimated budget for this project is $276,600. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential _. 14 bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/ 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 15 BID SUBMITTAL FORM 16 PAGE INTENTIONALLY LEFT BLANK BID SUBMITTAL FORM LUMP SUM PRICE CONTRACT DATE: ITB 12-10569-CI - Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications Bid of 8 A2aLj /-% - 146 6. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Southeast Water Reclamation Plant, Plant 4 Blower Building Ventilation Modifications, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. ITEM DESCRIPTION LUMP SUM NQ 1 Mobilization - Including Contractor mobilization, insurance, payment $ bond, performance bond and demobilization. , d0 �p ObO, 2 All Work as defined in the Contract Documents for Construction. $ ov ,24 :5� 000- TOTAL LUMP SUM $ /-VPV • Bidder's Initials 17 Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to. Proceed" of the Owner and to substantially complete the project within One Hundred and Thirty-five (135) Consecutive Calendar Days thereafter as stipulated in the specifications and other contract documents. An additional Thirty (30) consecutive calendar days shall be provided for achieving Final Completion from the date of Substantial Completion. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of Two Hundred and Fifty dollars ($250) for each consecutive calendar day in excess of the time set forth herein above for substantial completion of this project, and the sum of One -Hundred dollars (V00) for each consecutive calendar day in excess of the time set forth herein for final completion, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. ... Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of Sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him 4.. 0 /WO Bidder's Initials 1 3 ` Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S ) or a Bid Bond in the sum of Dollars (S ), which It is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Sea] if Bidder is a Corporation) ATTEST: ,, nn !, J, Secretary Bidder acknowledges receipt of the following addenda: Date: �7 �/ Z 3-zz /;, 6-: 0 �Gca_ . Authoriz d Signature (Printed or Typed Name) /101-14 -1-16 k S;- , lW c. Company �4. Ao,e 3 ZTY Addr s City, County Xis %5y3z. State Zip Code Telephone: So L - -7`15-- qs' // Fax: _off_ - 7 y g - /G s / Addenda No. �� Date Addenda No. Date !i- 0�'7 - ao� FEDERAL TAX ID or SOCIAL SECURITY No. _ . �. Addenda No. Date �� 414 l Addenda No. Date EMAIL: f'f I Kt: f'oz.F S rv1G &Z e, c&wi M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other(Specify) �*fnfr of Zrxas Historically Underutilized Business Certification and Compliance Program The Texas Comptroller of Public Accounts (CPA), hereby certifies that BROWN-MCKEE INC. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate, printed 27-JUN-2009, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of Ineligibility. Certificate/ViD Number: 1750906414700 File/Vendor Number: 62084 Approval Date: 22-JUN-2009 Expiration Date: 22-JUN-2013 Paul A. Gibson Statewide HUB Program Manager Texas Comptroller of Public Accounts Texas Procurement and Support Services Division 1.' [I u Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this r business as a HUB, they must award payment under the CertificateNID Number identified above. Agencies and } universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing the Internet (http://www.window.state.tx.us/procurement//cmbl/hubonly.htmi) or by contacting the HUB Program at , (888) 863-5881 or (512) 463-5872. i UNITED FIRE & CASUALTY COMPANY 118 Second Avenue SE, PO Box 73909 Cedar Rapids, Iowa 52407-3909 319-399-5700 (A Stock Company) BID BOND KNOW ALL BY THESE PRESENTS, that we BROWN-MCKEE, INC. as Principal, hereinafter called the Principal, and the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID ---- Dollars ($ --~------5%—----- ~--- ), for the payment of which sum well and truly to be made, the said principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. >, WHEREAS, the Principal has submitted a bid for ITB 12-10569-CI SOUTHEAST WATER RECLAMATION PLANT 4 BLOWER BUILDING VENTILATION MODIFICATIONS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between. the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27TH day of JUNE 12012 (WITNESS) BR - IEE , INC f.) By (Seal) (PRINCIPAL) (TITLE) UNITED FIRE & CASUALTY COMPANY (Seal) t (SURETY) .. By (WITNESS) (ATTORNEY -IN -FACT) CONT 0001 0899 s thereby assfully: and to -authorized officers of and to. bind the Comparile nt as if suoh.1ristruments were. signed by the. same,exte _,the duly Die 64 6f the UnItdd`--*ir-'e'& Casualty Company April 18, 1973 and pursuant to and by W#'a h6 of th k ng resola6c: adopted by the Board of Directors of United Fire & Indemnity Company january 28, 2004. on an fA S@btl6j!,,Z:AP ....66mey-in-Fact. "The President or, any Vice President, or any o her"61ficib'r of.' hd,:-Corbp8hies- may7-,- from tipholdtin16; do i -in-fact to act In behalf of the Cornp ft poficles d U n eftkings and other obligatory instruments of like nature. T e s -0natUrqC-q1:anyi officer..-446hte�: sqal, may be affixed by facsi lie to any power of attorney Or,,�.ffeOlpf* PoWor*, o h6 d hereby, i signature and seel,'. when so uied,being idop `dd original signature of such officer and the original seal of the Companlesj to be valid and binding upon the Companies with the .,:-.,salme force.::b6d effe.ot:gg th!pq'§h manually affixed, Such, afforneys-In.fact, subject to th&-.Jimitat[Oh.&*;.sp�j-.for.th�:jn..their resp,ddtive full power to bind the-Companiei by their signature and*,exJ6.-cut dw any-sah instiU'mehts Companies ther I etoThe President o . t any. Vice P hl� Aj 4 the* COMPANIES h Ad. d-,tIqjn6d by itswid IN"WITNESS WHEREOF caused thegia'prds6fits president and its corporate seal to be hereto affix this"150 day - f NoVe"m6*1610 2010 rip UNITED FIRE & CASUALTY COMPANY UNITED FIRE & IND By k. of 46 before me personally came Dennis J. Richma to e own, who being by me duly sworn, did depp6e and say;that he resides in Cedar Rapids, State of Iowa; that he is a Vice ppro co lb ns rpiprat Mary Iowa ~~~~�Seal commission number 713273 — — .,Notary Public, ex ..bornmlqslonph an CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my 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 bid. Contractor (Original Signature) Contractor Print CONTRACTOR'S BUSINESS NAME: /c��lcl,,cl - G k-= Luc — (Print or Type) CONTRACTOR'S FIRM ADDRESS: X 3 Z717 C NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Directro of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. BID # 12-10569-CI - Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications PAGE INTENTIONALLY LEFT BLANK SAFETY RECORD QUESTIONNAIRE 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 bids on City contracts. Pursuant to Section 25 2.043 5 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents 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 bidder 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. Army 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 ariminal offense within the past ten (10) years,-Whichresulted from bbdily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO 1_ If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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. A4,00 Bidder's Initials f. fs QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, 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 If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid 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. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, 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 from serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above the bidder must provide to City of Lubbock with its bid q � P h' 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 informationin my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. ��� / ' C(21 Signature Title 2 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making 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 $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 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 $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: *Z /2,o Ld Al - 14 G K FEDERAL TAX ID or SOCIAL SECURITY No. Signature of Company Official: Printed name of company official signing above: Date Signed: Z&Z49 1 z 3 PAGE INTENTIONALLY LEFT BLANK LIST OF SUB -CONTRACTORS PAGE INTENTIONALLY LEFT BLANK BID # 12-10569-CI - Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications LIST OF SUB CONTRACTORS (- Minority Owned Company Name Location Services Provided Yes No 2. �Q�i"$vL TCGN �Jv LoG/r t �Hrllaoc.t CA�+T2r15 ❑ C�' 3. 'gksiL�rQ,� /Zoo��..r� � ��.,� 2o.Fl.JG. ❑ LR- 4, ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. _ . ❑. _ _ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ Company 06 Av.x 32751 Add rf ss J L�u/S/SyGIG L-0.68ae, County State Zip Code Telephone: . Oc& Fax: Belt THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PAGE INTENTIONALLY LEFT BLANK 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. BID # 12-10569-CI - Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications FINAL LIST OF SUB CONTRACTORS Company Name Location Services Provided d Company A0, Address Z 044L'� City, County V':� dtws' f ?Mfi15'2 State Zip Code Telepho e: - "7g s`- 5/ c# Fax: too - 14,1 1/' S3 t Minority Owned Yes No ❑ &' ❑ 9- ❑ 2-1� ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Cl ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Cl ❑ THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. K PAGE INTENTIONALLY LEFT BLANK PAYMENT BOND I PAGE INTENTIONALLY LEFT BLANK Ell STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) BOND NO. 5 4 -19 2 3 7 0 KNOW ALL MEN BY THESE PRESENTS, that BROWN-MCKEE INC. (hereinafter called the Principal(s), as Principal(s), and UNITED FIRE & CASUALTY COMPANY (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 Two -Hundred and Seventy -One Thousand Dollars ($271,000) 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 9th day of August ,2012, to ITB 12-10569-CI SOUTHEAST WATER RECLAMATION PLANT 4 BLOWER BUILDING VENTILATION MODIFICATIONS 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 14TH day of AUGUST 2012. UNITED FIRE & CASUALTY COMPANY Surety *By. (Title) DEEDEE BRINKER ATTORNEY —IN —FACT 6 BROWN—MCKEE, INC. (Company Name) By: MIKE P. OLES (Printed Name it �w f 41 Ck (Signature) PRESIDENT (Title) �f r The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates DEEDEE BRINKER 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. UNITED FIRE & CASUALTY COMPANY 1 Surety t Approved as to form: City of L b ck By: City Attorney * By: .1L ( rtle) DEEDEE BRINKER,.. ATTORNEY —IN —FACT (.. * Note: If signed by an Office 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. 7 ii PERFORMANCE BOND PAGE INTENTIONALLY LEFT BLANK r STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) ' OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) BOND NO. 5 4 -19 2 3 7 0 BROWN-MCKEE, INC. J KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and } UNITED FIRE & CASUALTY QOMPANY (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 Two -Hundred and Seventy -One Thousand Dollars ($271,000) 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 9th day of Auggst, 2012, to TTg 12-1nri69-CT SOUTHEAST WATER RECLAMATION PLANT 4 BLOWER BUILDING VENTILATION MODIFICATIONS 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 14 TH day of AUGUST 2012. UNITED FIRE & CASUALTY COMPANY Surety * By: QtAlq.°.� (Title)DEEDEE BRINKER ATTORNEY -IN -FACT 2 BROWN-MCKEE, INC. (Company Name) By; MIKE P . OLES 5(Printted Name) (Signature) PRESIDENT (Title) The undersigned surey company represents that it is duly qualified to do business in Texas, and hereby designatesDEEDEE BRIM%ent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. UNITED FIRE & CASUALTY COMPANY Surety (Title) DEEDEE BRINKER ATTORNEY —IN —FACT Approved as to Form City of Lub o By: City Attorney * Note: If signed by an Office 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. 3 's i UNITED FIRE GROUP IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT, United Fire & Casualty Company United Life Insurance Company Addison Insurance Company Lafayette Insurance Company Insurance Brokers & Managers, Inc. American Indemnity Companies You may call United Fire Group's toll free telephone number for information or to make a complaint at: 800-343-9130 You may also write to United Fire Group at: United Fire Group Attn: Bond Department P.O. Box 73909 Cedar Rapids; IA 52407-3909 -or street address - United Fire Group Attn: Bond Department 118 Second Avenue SE Cedar Rapids, IA 52401 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 ATTACH THIS NOTICETO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253.48, Governmental Code, and Section 53-202, Property Code, effective September 1, 2001, HOME OFFICE: 118 Second Avenue SE, PO Box 73909, Cedar Rapids, Iowa 52407-3909 Phone: 319-399-5790 FAX: 319-399-5425 r, No Text CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK } l A DATE(MWDD/YYYY) a�oR" CERTIFICATE OF LIABILITY INSURANCE 8/15/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER J.E. MURFEE & SON INSURANCE 1310 Texas Ave Lubbock TX, 79401 UNIAGI NAME: PHONE (806) 763-5311 ac,No:(eo6) C�No Ext 763-0863 E ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Travelers Lloyds Ins. Co. 41262 INSURED Brown -McKee, Inc. and Precision INSURER B : Phoenix Insurance Company 25623 INSURERC:Texas Mutual Ins. Co. 22945 Drilling & Whisper Energy, LLC INSURER D : P.O. Box 3279 INSURER E : Lubbock, TX 79452 rrll/FRArFR rFRTIFIrATF NIIMRFR• RFVISInN NIIMRFR- THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MWDD/YYYY POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 PREMISES Ea occurrence $ 300,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE Fx_� OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 A DTC0492D7257TLC12 1/1/2012 1/1/2013 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO LOC JECT $ AUTOMOBILE LIABILITY -CDVMED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ X ANYAUTO B ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X HIRED AUTOS X AUTOS BA873CO8012CNS 1/1/2012 1/1/2013 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN /P ANY PROPRIETORARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? IT (Mandatory in NH) NIA TSF000120761620100101 1/1/2012 1/1/2013 X WC STATU- OTH - TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 , 0 0 0 , 0 0 0 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Subject: ITB 12-10569-CI, Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications. See attached. rFRTIFIrATF Hr)l r1FR rANrGI I ATI(1N City of Lubbock, TX Purchasing and Contracting Management SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1625 13th St., Ste. 204 ACCORDANCE WITH THE POLICY PROVISIONS. Lubbock, TX 79401 AUTHORIZ D REPRESENT;� 01988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD ACO U> AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY J.E. MURFEE & SON INSURANCE NAMEDINSURED Brown -McKee, Inc. and Precision Drilling & Whisper Energy, LLC P.O. Box 3279 Lubbock TX 79452 POLICY NUMBER See attached CARRIER See attached 7�1 EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: Acord25 FORM TITLE: Certificate of Liability Insurance The General Liability and Auto policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Auto and Workers' Compensation policies include a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. The General Liability contains a special endorsement with "Primary and Noncontributory" wording. The contractual liability coverage provided by the General Liability policy is standard and may not cover all liabilities assumed by the named insured under its contract with the certificate holder. ACORD 101(2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD J. E. MURFEE & SON Serving West Texas Since 1904 1310 TEXAS AVENUE LUBBOCK, TEXAS 79401 PHONE (806) 763-5311 GENERAL INSURANCE REAL ESTATE FAX (806) 763-0863 ****IMPORTANT INFORMATION EFFECTIVE JANUARY 1, 2012 REGARDING CERTIFICATES OF INSURANCE**** To Certificate Holder: Our agency has issued the enclosed Certificate of Insurance on behalf of our customer named as the insured in the certificate. The Texas Legislature passed and Governor Perry signed Senate Bill 425 to become effective January 1, 2012. This law will require Certificate of Insurance forms to be filed with and approved by the Texas Department of Insurance before they can be used after January 1, 2012. In addition the law explains current Texas Department of Insurance rules that a Certificate of Insurance must not obscure or misinterpret the coverage provided by the insurance policies Definition of "Certificate" includes checklists, affirmations and electronic forms. An insurance agency could incur significant penalties under those rules and the new law, including the revocation of the agency's insurance license, if a certificate were issued exactly as you requested. After January 1, 2012, a certificate holder who requires an agent or policyholder to use an unapproved form or insert inappropriate language on a certificate may be sued by the Attorney General for injunctive relief or to recover a civil penalty of up to $1,000 for each such requirement. For this reason, after January 1, 2012, we may not be able to comply with some of the items requested. If you want to review the insurance policies to verify compliance with your specific requirements, we would be happy to send a complete copy, subject to our customer's approval. A certificate form must be approved by the Texas Department of Insurance before it can be used after January 1, 2012. For more information on the approval process, contact the Commercial P&C Division, Texas Department of Insurance, P.O. Box 149104, Austin, TX 78714 or email CommercialPC@tdi.state.tx.us. Please contact us if you have any questions or comments. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and III. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 08 05 © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY I. How, when and where the 'occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and III. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit' and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit' as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit' to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to 'other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident', provided that the "accident" arises out of operations contem- plated by such contract. The waiver applies only to the person or organization designated in such contract. CA T3 40 02 99 Page 1 of 1 No Text ACORiZ CERTIFICATE OF LIABILITY INSURANCE DATEIMWDDNYYY) 06/29/20.2 THIS CERTIFICATE is ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: the certificate holder is an ADDITIONAL INSURED, the po icy les must be endorsed. If SUBROGATIONWAiVED, subject to the temrs and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rlghts to the certificate holder in lieu of such endomement(s). PRODUCER Ince Insurance Agency, Inc. P . 0. Box 648 50 . Lubbock, TX 79464 GONTACT TIME: Matl:806.797.4131 NO: 806.793.1629 AODREss: INSURERIS)AFFORDSNGCOVERAGE NAICR INSURER A: Companion Specialty Insurance INSURED H. —Construction Systems, Inc. DBA: Hamilton Roofing Co & Hamilton Acoustical P.O. BOX 2703 Lubbock, TX 79408-2703 INSURERS: General Insurance Co of Americ INSURERC: Texas Mutual Insurance Company INSURERD; INSURERE; INSURER F : W4401T1O:13H tia:4917(O'fa%1a2Ul051--1:4:4;i lGMItF-1 WaQFWA4;�;lary�.y10), E0111�',IZIA. THIS IS TO GERriPY—T—HATTRE P—OMES OF INSURANCE LISTED BELOW HAVE BEEN Own TO THE IRURED NAMED AffM FOR E POLICY ERi D 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDD M LIMITS A GENERAL UAaBJTY X COMMERCIAL GENERAL LIASILrIY CLAN54AADE OCCUR X Primary & Non X VGL1251723 07/01/2012 07101/2013 EACH OCCURRENCE S 1,000,00 Lu PREMISES Ee o S S0,0001 MED EXP (Any me Person) $ � 5 0001 PERSONAL BADVINJURY S 11000 00 • Contributory GENERALAGGREGATE S 2,000.00 GENT. AGGREGATE LIMIT APPLIES PER' POLICY X PER& LOC PRODUCTS -COMP/OPAGG S Z 000,00 S B AUTOMOBILE LIABILITY ANY AUTO AALL UTOS OWNED X SCHEDULED AUTOS HIRED AUTOS X NON -OWNED AUTOS X I 24-BA-004866- 12I01/2011 12/01/2012 accident) $ 1.000 00 BODILY INJURY (Per person) $ BODILY INJURY (Percc ent) S X Per eccMant S S A X UMBRELLA LIAR EXCESS I" X OCCUR CLAIMS-0MADE NUG2900556-201 10/26/2011 10/2612012 EACH OCCURRENCE S 2,000,0 AGGREGATE S 2,000,000 DED I X I RETENTION $ 10,000 S C WORKF.RSCOMPENSATION AND EMPLOYERS• LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUT OFFICERIMEM13ER EXCLUDED? (AlroeplssWatM In NH) D;yySd Fnc ON OF OPERATIONS below NIA TSFOOIOS8820 12/0112011 12101/2012 X TORY LIMITS ER _ E.L EACH ACCIDENT S 1 000,000 -- E.L. DISEASE - EA EMPLOYEE S 1, 000 00 E.L. DISEASE - POLICY LIMIT I S 1,000, DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD Id1, Admtlonal RemaAa Schodule, If more apace Is regWrod) E: B-MI Project No. 11-021 er written agreement Brown -McKee, Inc, is named as an additional insured for the General Liability Automobile Liability policies. Waiver of subrogation applies to General Liability, Automobile lability & Worker's Compensation policies per written agreement. mail blairwObrownmckee.com t;ANV ,rLLA I TUN FAX: 806.748.1681 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Brown -McKee, Inc. Blair Wilson PO Box 3279 Lubbock. TX 79452 AUTHORIZED REPRESENTATIVE reserved, ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD A� CERTIFICATE OF LIABILITY INSURANCE ;,25i2o Y1M) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terns 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). PRODUCER Butler Carson Insurance 4505 82nd Street, Suite 6 Lubbock TX 79424 CONTACT Terry Ponce NAME: PHONE (806) 798-7979 C. IN FAX (006)798-7888' (. ` E-MAIL,terry@butlercarsoninsurance.com INSURER S AFFORDING COVERAGE NAIC # - INSURERA:Travelers Lloyds Ins. Co. 1262;..: INSURED Charlie Chapman, Individual; Chuck Chapman Electric, Inc. dba C.C. Electric 1219 Avenue A Lubbock TX 79401 INSURERB:Travelers Casualty Ins. Co. of 19046 INSURERC:Travelers Indemnity Company 5658 INSURERD: INSURER E : INSURER F : CnVFRAGFS CERTIFICATE NIIMFIFR-12/13 MasterCert RFVISInN NIIMRFR- THIS IS TO CERTIFY THAT 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, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE ADDL BR POLICY NUMBER PO/DDY EFF MM/DDY EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X�OCCUR ACP-5994R322 8/19/2012 /19/2013 _ DAMAGE TO RENT1717 PREMISES Ea occurrencel $ 300,000 MED EXP (Any one person) $ 51000 PERSONAL & ADV INJURY $ 11000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 2,000,000 x POLICY PRO- JFCT LOD $ AUTOMOBILE LIABILITY COMBINED SIN LE LIMIT a accident 11 000 000 X _ BODILY INJURY (Per person) $ B --- - ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS - AUTOS _ _ _ A-5995R122 --- - - ------.....� /19/2012 — - - /19/2013 _._ — -- BODILY INJURY (Per accident) $ PROPERTY -DAMAGE Per accident _...__ $ X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 1, 00,0,000 AGGREGATE $ 1,000,000 G, EXCESS UAB CLAIMS -MADE DED I X I RETENTION$ 5,00 $ -663OR051 8/19/2012 8/19/2013 WORKERS COMPENSATION WC STATU- LtMITS OTH- - ANDEMPLOYERS'LIABIUTY YIN ANY PROPRIETOR/PARTNER/EXECU I IVE ❑ OFFICER/MEMBER EXCLUDED? N / A E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE _. $ (Mandatory in NH) If yyes, describe under DESCRIPTION OF OPERATIONS below I I E.L. DISEASE - POLICY LIMIT S DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, H more space is required) The General Liability and Business Auto policies include a blanket automatic additional insured endorsement and a blanket automatic waiver of subrogation endorsement that provides additional insured status and waiver of subrogation status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. GtK I II-IGA I t HULUtK GANGtLLA 1 IUN (8 0 6) 7 4 8 -16 81 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED 1 . IN Brown -McKee, Inc. ` ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Peggy Duhon P. O. BOX 3279 AUTHORIZED REPRESENTATIVE Lubbock, TX 79452-3279 John Carson/PONCE ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. ACCO D® CERTIFICATE OF LIABILITY INSURANCE 8i2ii2o1'Y2"' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER Sanford & Tatum Insurance Agency 6303 Indiana Ave. P.O. BOX 64790 Lubbock TX 79464 CONTACT Tammie Manley y PHONE A N, (806) 792-5564 FAX N . (806)792-9344 E-MAIL ADDRESS: y manle t@sanfordtatvm.com INSURERS AFFORDING COVERAGE NAIC p INSURERAAcadia Insurance Co 31325 INSURED Control Technologies, Inc. 5710 40th Lubbock TX 79407 INSURERB:COnunerce & Industry Ins Co INSURERC:Union Insurance Company 25844 INSURERD: INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER:2012/2013 REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 A CLAIMS -MADE F_x1 OCCUR CPA4282716 9/30/2011 9/30/2012 MED EXP (Any one person) $ 5,000 PERSONAL BADVINJURY $ 11000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OP AGG $ 2,000,000 $ X POLICY PRO LOC AUTOMOBILE LIABILITY COaBINEDccidenSINGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ALL A ANY AUTO BODILYINJURY(Peraccident) $ OWNED SCHEDULED PA4282716 9/30/2011 9/30/2012 AUTOSAUTOSPROPERTY Ix DAMAGE Peraccideni $ X HIRED AUTOS AUTO-SWNED PIP -Basic $ X UMBRELLA LIAB X OCCUR 1 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 B EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ BU025035976 9/30/2011 9/30/2012 C WORKERS COMPENSATION X WC STATU- OTH- ER AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 11000, 000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) N/A CA4282721 9/30/2011 9/30/2012 E.L. DISEASE -EA EMPLOYE $ 1, 000, 000 If yes, describe under DESCRIPTIONOFOPERATIONS below E.L. DISEASE -POLICY LIMIT $ 11000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) JOB REF: ITB 12-10569-CL Southeast Water Reclamation Plant 4 Blower Builder Ventilation Modifications THE GENERAL LIABILITY & AUTO POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT THAT PROVIDES ADDITIONAL INSURED STATUS ONLY WHEN THERE IS A WRITTEN CONTRACT THAT REQUIRES SUCH STATUS. THE GENERAL LIABILITY, AUTO & WORKERS COMP POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT THAT PROVIDES THIS FEATURE ONLY WHEN THERE IS A WRITTEN CONTRACT THAT REQUIRES IT. It MULUtK Brown McKee Inc. P.O. Box 3279 Lubbock, TX 79452 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) INS025 rgmnn-o ni as Sanford/TJM 01988-2010 ACORD CORPORATION. All rights reserved. The Arnpn name and Innn are renic4ererl mnrtrc of Arnpn CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIYELIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER SRISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSA TION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificate furnished must have the City of Lubbock named as additional insured on Auto/General Liability on a primary and non-contributory basis, to include product of completed operations endorsement, with a waiver of subrogation in favor of the City of Lubbock on all coverages. r_ IJ PAGE INTENTIONALLY LEFT BLANK CONTRACTOR CHECKLIST 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 ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS 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. f 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 512-305-7238 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 (ITJ contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (M, with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT PAGE INTENTIONALLY LEFT BLAND CONTRACT 10569 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9th day of August, 2012, 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 Brown -McKee Incorporated of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 12-10569-CI - Southeast Water Reclamation Plant 4 Blower Building Ventilation Modifications 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 Conditions of Agreement. Brown -McKee Incorporated's bid dated July 11, 2012 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 bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: By: P PRINTED N E: TITLE: &10l©,��t/� COMPLETE ADDRESS: /J Company /✓�K�O% ' ` G�i �t/C• Address City, State, Zip Z- Z?f ATTEST: Corporate Secretary ;CITY OF L BOCK, TE S (OWNER): ' REN GIESON, M YOR PRO TEM ATTEST: Kebet Garza, City Secretary APPROVES TO CONTENT: John Turpin, P ., hief Water Utilities Engineer Marsha Reed, P.E., Chief Operations Officer AP7017 TO FORM: City Attorney No Text GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK [Al I GENERAL CONDITIONS OF THE AGREEMENT 1. 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. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Brown -McKee Incorporated who has agreed to perform the work embraced in this contract, or their -legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative John Turpin, P.E.. Chief Water Utilities Engineer, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 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 Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the !' last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES 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 shall 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 shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall 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 shall 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 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 shall 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 are 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 i 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 Office, 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 are 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 shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall 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 fin-nished 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 bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall 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 bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 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 Offices, agents and employees against any all losses, costs, damages, t 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 famished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 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 TO INCLUDE PRODUCT-COMP/OP 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. j�. I A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000 Combined Single Limit in the aggregate and per occurrence to include: Products-Comp/Op AGG Personal & Adv. Injury Contractual Liability B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, 1000 000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Workers 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 $1,000,000 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. 2. 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. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall 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 j 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; 9 C61 (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; 10 (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.usl 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: 11 "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, 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 12 satisfactory evidence that all obligations of the nature hereinabove designated have, been paid, discharged or waived. 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 Offices, 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 Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 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 Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. ,y 34. THVM 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 13 may withhold permanently from Contractor's total compensation, the sum of Two Hundred and Fifty dollars JUM PER CONSECUTIVE CALENDAR 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. The sum of One -Hundred dollars ($100) PER CONSECUTIVE CALENDAR DAY, may be withheld from the Contractor's total compensation 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 final completion. 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 T11VIE 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 bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, - schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such 14 work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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 Offices, 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 bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 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. 15 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment 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 50% of the amount thereof, which 50% 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 31st 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. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which 16 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 law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and, equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: 17 (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 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 j 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 --3 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 t 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 18 The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The 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 $50,000. 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 fin-nished. 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 19 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. 57, THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 20 DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A GENERAL DECISION NUMBER: TX120262 04/20/2012 TX262 SUPERSEDED GENERAL DECISION NUMBER: TX20100296 STATE: TEXAS CONSTRUCTION TYPE: BUILDING COUNTY: LUBBOCK COUNTY IN TEXAS. BUILDING CONSTRUCTION PROJECTS (DOES NOT INCLUDE SINGLE FAMILY HOMES OR APARTMENTS UP TO AND INCLUDING 4 STORIES). MODIFICATION NUMBER PUBLICATION DATE 0 01/06/2012 1 04/20/2012 * BOIL0531-001 01/01/2012 RATES FRINGES BOILERMAKER. ................... $23.06 20.28 ---------------------------------------------------------------- BRTX0005-003 06/01/2011 RATES FRINGES BRICKLAYER ..................... $ 24.88 9.07 ---------------------------- ------- ----------------------------- CARP0665-002 05/O1/2010 RATES FRINGES CARPENTER ...................... $ 20.18 5.56 ---------------------------------------------------------------- ENGI0178-004 12/01/2009 RATES FRINGES OPERATOR: FORKLIFT .............. $ 21.20 9.35 ---------------------------------------------------------------- IRON0263-017 06/01/2008 RATES FRINGES IRONWORKER, REINFORCING ........ $ 20.90 4.60 ---------------------------------------------------------------- PAIN0053-003 04/01/2008 RATES FRINGES PAINTER - BRUSH, ROLLER & SPRAY ............................ $ 15.81 4.56 --------------------------------------------------------------- PLUM0629-019 09/24/2011 RATES FRINGES PLUMBER/PIPEFITTER............... $ 21.75 6.25 ---------------------------------------------------------------- * SBEE0049-007 06/01/2011 RATES FRINGES SHEETMETAL WORKER (HVAC DUCT AND SYSTEM INSTALLATION) ......... $22.18 9.47 ---------------------------------------------------------------- * SUTX2009-168 06/03/2009 RATES FRINGES CEMENT MASON/CONCRETE FINISHER ... $ 18.58 0.00 ELECTRICIAN ...................... $ 18.09 2.36 IRONWORKER, STRUCTURAL ........... $10.38 0.00 LABORER: COMMON OR GENERAL ...... $ 8.86 0.00 LABORER: MASON TENDER - BRICK ... $ 11.00 0.00 OPERATOR: BACKHOE/EXCAVATOR..... $ 13.81 0.00 OPERATOR: GRADER/BLADE .......... $12.97 0.00 OPERATOR: LOADER (FRONT END) .... $ 12.23 0.00 ROOFER ........................... $ 12.06 0.00 TILE SETTER ......................$ 8.50 0.00 TRUCK DRIVER ..................... $ 10.15 0.00 WELDERS - RECEIVE RATE PRESCRIBED FOR CRAFT PERFORMING OPERATION TO WHICH WELDING IS INCIDENTAL. UNLISTED CLASSIFICATIONS NEEDED FOR WORK NOT INCLUDED WITHIN THE SCOPE OF THE CLASSIFICATIONS LISTED MAY BE ADDED AFTER AWARD ONLY AS PROVIDED IN THE LABOR STANDARDS CONTRACT CLAUSES (29CFR 5.5 (A) (1) (II)). THE BODY OF EACH WAGE DETERMINATION LISTS THE CLASSIFICATION AND WAGE RATES THAT HAVE BEEN FOUND TO BE PREVAILING FOR THE CITED TYPE(S) OF CONSTRUCTION IN THE AREA COVERED BY THE WAGE DETERMINATION. THE CLASSIFICATIONS ARE LISTED IN ALPHABETICAL ORDER OF "IDENTIFIERS" THAT INDICATE WHETHER THE PARTICULAR L RATE IS UNION OR NON -UNION. UNION IDENTIFIERS AN IDENTIFIER ENCLOSED IN DOTTED LINES BEGINNING WITH CHARACTERS OTHER THAN "SU" DENOTES THAT THE UNION CLASSIFICATION AND RATE HAVE FOUND TO BE PREVAILING FOR THAT CLASSIFICATION. EXAMPLE: PLUM0198-005 07/01/2011. THE FIRST FOUR LETTERS, PLUM, INDICATE THE INTERNATIONAL UNION AND THE FOUR -DIGIT NUMBER, 0198, THAT FOLLOWS INDICATES THE LOCAL UNION NUMBER OR DISTRICT COUNCIL NUMBER WHERE APPLICABLE, I.E., PLUMBERS LOCAL 0198. THE NEXT NUMBER, 005 IN THE EXAMPLE, IS AN INTERNAL NUMBER USED IN PROCESSING THE WAGE DETERMINATION. THE DATE, 07/01/2011, FOLLOWING THESE CHARACTERS IS THE EFFECTIVE DATE OF THE MOST CURRENT NEGOTIATED RATE/COLLECTIVE BARGAINING AGREEMENT WHICH WOULD BE JULY 1, 2011 IN THE ABOVE EXAMPLE. UNION PREVAILING WAGE RATES WILL BE UPDATED TO REFLECT ANY CHANGES IN THE COLLECTIVE BARGAINING AGREEMENTS GOVERNING THE RATE. NON -UNION IDENTIFIERS CLASSIFICATIONS LISTED UNDER AN "SU" IDENTIFIER WERE DERIVED FROM SURVEY DATA BY COMPUTING AVERAGE RATES AND ARE NOT UNION RATES; HOWEVER, THE DATA USED IN COMPUTING THESE RATES MAY INCLUDE BOTH UNION AND NON -UNION DATA. EXAMPLE: SULA2004-007 5/13/2010. SU INDICATES THE RATES ARE NOT UNION RATES, LA INDICATES THE STATE OF LOUISIANA; 2004 IS THE YEAR OF THE SURVEY; AND 007 IS AN INTERNAL NUMBER USED IN PRODUCING THE WAGE DETERMINATION. A 1993 OR LATER DATE, 5/13/2010, INDICATES THE CLASSIFICATIONS AND RATES UNDER THAT IDENTIFIER WERE ISSUED AS A GENERAL WAGE DETERMINATION ON THAT DATE. SURVEY WAGE RATES WILL REMAIN IN EFFECT AND WILL NOT CHANGE UNTIL A NEW SURVEY IS CONDUCTED. WAGE DETERMINATION APPEALS PROCESS 1.) HAS THERE BEEN AN INITIAL DECISION IN THE MATTER? THIS CAN BE: * AN EXISTING PUBLISHED WAGE DETERMINATION * A SURVEY UNDERLYING A WAGE DETERMINATION * A WAGE AND HOUR DIVISION LETTER SETTING FORTH A POSITION ON A WAGE DETERMINATION MATTER * A CONFORMANCE (ADDITIONAL CLASSIFICATION AND RATE) RULING ON SURVEY RELATED MATTERS, INITIAL CONTACT, INCLUDING REQUESTS FOR SUMMARIES OF SURVEYS, SHOULD BE WITH THE WAGE AND HOUR REGIONAL OFFICE FOR THE AREA IN WHICH THE SURVEY WAS CONDUCTED BECAUSE THOSE REGIONAL OFFICES HAVE RESPONSIBILITY FOR THE DAVIS-BACON SURVEY PROGRAM. IF THE RESPONSE FROM THIS INITIAL CONTACT IS NOT SATISFACTORY, THEN THE PROCESS DESCRIBED IN 2.) AND 3.) SHOULD BE FOLLOWED. WITH REGARD TO ANY OTHER MATTER NOT YET RIPE FOR THE FORMAL PROCESS DESCRIBED HERE, INITIAL CONTACT SHOULD BE WITH THE BRANCH OF CONSTRUCTION WAGE DETERMINATIONS. WRITE TO: BRANCH OF CONSTRUCTION WAGE DETERMINATIONS WAGE AND HOUR DIVISION U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. -- WASHINGTON, DC 20210 2.) IF THE ANSWER TO THE QUESTION IN 1.) IS YES, THEN AN INTERESTED PARTY (THOSE AFFECTED BY THE ACTION) CAN REQUEST REVIEW AND RECONSIDERATION FROM THE WAGE AND HOUR ADMINISTRATOR (SEE 29 CFR PART 1.8 AND 29 CFR PART 7). WRITE TO: WAGE AND HOUR ADMINISTRATOR U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 THE REQUEST SHOULD BE ACCOMPANIED BY A FULL STATEMENT OF THE INTERESTED PARTY'S POSITION AND BY ANY INFORMATION (WAGE PAYMENT DATA, PROJECT DESCRIPTION, AREA PRACTICE MATERIAL, ETC.) THAT THE REQUESTOR CONSIDERS RELEVANT TO THE ISSUE. 3.) IF THE DECISION OF THE ADMINISTRATOR IS NOT FAVORABLE, AN INTERESTED PARTY MAY APPEAL DIRECTLY TO THE ADMINISTRATIVE REVIEW BOARD (FORMERLY THE WAGE APPEALS BOARD). WRITE TO: ADMINISTRATIVE REVIEW BOARD U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 4.) ALL DECISIONS BY THE ADMINISTRATIVE REVIEW BOARD ARE FINAL. END OF GENERAL DECISION EXHIBIT B 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 C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. PAGE INTENTIONALLY LEFT BLANK SPECIFICATIONS PAGE INTENTIONALLY LEFT BLAND f rCity of Lubbock, Texas Southeast Water Reclamation Plant � Plant 4 Blower Building Ventilation Modifications Specifications E. 0 '`: TF / LAURA A. STRATTON / * : * ,�'...... / ...; .............. :... J ARY : PRICE �5392 111 92Qt 7 •► �` •�lqN� MULUER+�---•...... .»... 44 ����FS J�N•• �� Or,...=.....g3654 8 10 A AR. 4' 3a• �►IZ a ./¢ late 0;e.P S TAuc Ti.1RA1- 1Z BLACK & VEATCH CORPORATION Dallas, Texas q B&V Project No. 140092 �:. •..+�e� April 30, 2012 :{y City of Lubbock, Texas `" A..U�R 66138 i oA- Qr-;' CFO• ,� Alt *** Page Intentionally Left Blank*** LUBBOCK, TEXAS SOUTHWEST WATER RECLAMATION PLANT IMPROVEMENTS BLOWER BUILDING VENTILATION MODIFICATIONS SPECIFICATIONS TABLE OF CONTENTS Subject SPECIFICATIONS Pages DIVISION 0 — CONDITIONS OF THE CONTRACT 00800 Special Conditions 1 : 4 DIVISION 1 — GENERAL REQUIREMENTS 01015 Project Requirements 1 : 8 01300 Submittals Procedures 1 : 6 01380 Construction Photographs 1 : 1 01400 Quality Control 1 : 3 01500 Temporary Facilities 1 : 6 01610 General Equipment Stipulations 1 : 6 01612 Product Delivery Requirements 1 : 1 01614 Product Storage and Handling Requirements 1 : 2 01615 Equipment and Valve Identification 1 : 3 01650 Startup Requirements 1 : 3 DIVISION 2 — SITEWORK 02050 Demolition 1:2 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete 1 : 21 03600 Grouting 1:2 DIVISION 4 — MASONRY — NOT USED (City of Lubbock, Texas ) TC (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 TABLE OF CONTENTS (Continued) Subject Pages DIVISION 5 — METALS 05550 Anchorage in Concrete and Masonry 1 : 6 05990 Structural and Miscellaneous Metals 1 : 8 DIVISION 6 — WOOD AND PLASTICS — NOT USED DIVISION 7 — THERMAL AND MOISTURE PROTECTION 07900 Caulking 1:3 DIVISION 8 — DOORS AND WINDOWS - NOT USED DIVISION 9 — FINISHES — NOT USED 09940 Protective Coatings 1 : 18 DIVISION 10 — SPECIALTIES — NOT USED 10200 Louvers and Vents 1 : 3 DIVISION 11 — EQUIPMENT — NOT USED DIVISION 12 — FURNISHINGS — NOT USED DIVISION 13 — SPECIAL CONSTRUCTION — NOT USED DIVISION 14 — CONVEYING SYSTEMS — NOT USED DIVISION 15 — MECHANICAL 15050 Basic Mechanical Building Systems Materials 1: 6 and Methods 15880 Air Distribution Systems 1 : 15 (City of Lubbock, Texas ) TC (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Subject TABLE OF CONTENTS (Continued) 15955 Building System Controls 15990 Testing, Adjusting, and Balancing DIVISION 16 — ELECTRICAL 16050 Electrical FIGURES Pages 1 : 12 1:5 1 : 13 Number Title Following Page 1-01300 Submittal Identification and Contractor's 01300-7 Approval Statement — Contractor's Approval 2-01300 Submittal Identification and Contractor's 1-01300 Approval Statement — Deviations 1-09940 Coating System Data Sheet 09940-18 2-09940 Coating System Data Sheet 1-09940 1-16050 600 Volt, Single Conductor Power Cable 16050-13 (THHN-THWN) (City -of Lubbock, Texas ) TC (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 ***Page Intentionally Left Blank*** Section 00800 SPECIAL CONDITIONS SCOPE. These Special Conditions amend or supplement the General conditions and other provisions of the Contract Documents as indicated herein. All provisions which are not so amended or supplemented remain in full force and effect. SC-1. CONTRACTOR'S INSURANCE. The Engineer shall be included as an additional insured on the Contractor's General Liability and Umbrella or Excess Liability policies. Contractor shall provide a Certificate of Insurance to Engineer, evidencing such endorsement prior to the start of any Work at the project site. Contractors insurance carries shall wave all rights of subrogation against Engineer. SC-2. SPECIFICATIONS. The Specifications which govern the materials and equipment to be fumished and the Work to be performed under this Contract are listed in the Table of Contents at the beginning of this volume. SC-3. DRAWINGS. The Contract Drawings consist of 12 sheets. Sheet titles are listed on the Cover Sheet of the Drawings. In addition, each sheet bears the following general title: LUBBOCK,TEXAS SOUTHEAST WATER RECLAMATION PLANT PLANT 4 BLOWER BUILDING VENTILATION MODIFICATIONS SC-4. ENGINEER. The term Engineer means Black & Veatch Corporation, including its respective officers, directors, partner, employees, and agents, acting within the scope of duties. The performance of Engineer's duties is intended to be for the sole and exclusive benefit of Owner. SC-5. RESPONSIBILITY FOR PAYMENT. Except for items specifically identified as provided by Owner, Contractor shall pay for all labor, materials, and other costs incurred under this Contract. SC-6. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT. Contractor's Applications for Payment shall be accompanied by the documentation specified herein. SC-6.01. Materials and Equipment. If payment is requested for materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing the Application for Progress Payment shall be accompanied by such data satisfactory to Owner, as will establish Owner's title to the materials and equipment and protect his interest therein, including applicable insurance. Payments for such materials and equipment shall be based only upon the actual costs of the materials and equipment, subject to provisions in submittals Section 01300, to Contractor and shall not include any overhead or profit to Contractor. (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 SC-6.02. Schedules and Data. Each Application for Progress Payment shall be accompanied by Contractor's updated schedule of operations, or progress report, with such shop drawings schedules, procurement schedules, value of material on hand included in application, and other data specified in Division 1 or reasonably required by Engineer. SC-6.03. Labor Standards Certificate. As provided under Labor Standards, each Application for Payment shall be accompanied by a certificate that all labor standards requirements have been fulfilled. This is required from the Contractor and all subcontractors. SC-6.04. Final Payment. Final Payment to the Contractor shall be made subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of his contract, other than such claims, if any, as may be specifically expected by the Contractor from the operation of the release as provided under general and supplemental conditions elsewhere in this contract. The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor, if the Owner deems the same necessary in order to protect the Owner's interests. The Owner, however, may if it deems such action advisable make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall in no way impair the obligations of any surety or sureties furnished under this Contract. Withholding of any amount due the Owner, under general and/or supplemental conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. SC-7. PARTIAL UTILIZATION. Owner has the right to take possession of or use any completed or substantially completed portions of the work at any time, but such taking possession or use will not be deemed an acceptance of any work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the Contract Time or change in the Contract Price. Owner's use of any facilities not specifically identified in the Contract Documents will be in accordance with conditions agreed to prior to such use, and any extra costs or delays on completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Documents which are occupied or used by Owner prior to Substantial Completion of the entire Work will be defined by Engineer in a written notice to Owner and Contractor fixing the responsibility (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 for insurance, maintenance, heat, and utilities on that part of the Work and including a tentative list of items to be completed or corrected before final acceptance. Warranty periods for accepted or substantially completed Work, including mechanical and electrical equipment, will commence upon the start of continuous use by Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of the Work not yet completed by contractor. SC-8. DELAYS AND DAMAGES. Contractor shall accept the risk of any delays caused by the rate of progress of the work to be performed under other contracts. In the event Contractor is delayed in the prosecution and completion of the Work because of such conditions, Contractor shall have no claim against Owner for damages or contract adjustment other than an extension of Contract Time and the waiving of liquidated damages during the period of time occasioned by the delay. Time limitations required by Owner shall be for the benefit of Owner and contractors under other contracts who have entered into such contracts with Owner in reliance on the time limitations set forth in these Contract Documents. Any claim by Contractor for damages due to delay another contractor shall be asserted against that contractor. SC-9. CORRECTION PERIOD. Nothing in General Conditions Article 45 concerning the correction period shall establish a period of limitation with respect to any other obligation which Contractor has under the Contract Documents. The establishment of time periods relates only to the specific obligations of Contractor to correct the work, and has no relationship to the time within which his obligations under the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish his liability with respect to his obligations other than to specifically correct the work. SC-10.OVERTIME WORK. No work shall be done between 6:00 pm and 7:00 am nor on Sundays or legal holidays without permission of Owner. However, emergency work may be done without prior permission. Night work may be undertaken as a regular procedure with the permission of Owner; such permission,. however, may be revoked at any time by Owner if Contractor fails to ti maintain adequate equipment and supervision for the proper prosecution and control of the Work at night. SCA 1. LEGAL ADDRESSES. The business address of Contractor given in the Bid Proposal and Contractor's office in the vicinity of the Work are both hereby designed as the places to which all notices, letters, and other communication to Contractor will be mailed or delivered. The address of Owner, Post Office Box 2000, Lubbock, Texas 79457, is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may change his address at any time by an instrument in writing delivered to Engineer and to the other party. (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 SC-12. UNDERGROUNG INSTALLATION. Buried existing underground installations are located within the area that the sidewalk will be installed south of the Plant 4 Blower Building There is no guarantee as to the accuracy or completeness thereof is expressly disclaimed. The buried installations include, but are not limited to: 2" Nonpotable water • 1" Ferric chloride — 3 lines minimum • Electrical conduit Generally, service connections are not indicated on the Drawings. Contractor shall be responsible for discovery of existing underground installations, in advance of excavating or trenching, by contacting all local utilities and by prospecting. End of Section (City of Lubbock, Texas ) 00800 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Section 01015 PROJECT REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK. The Work to be performed under these Contract Documents is generally described as follows: The modification of the existing ventilation system of the Plant 4 Blower Building by the addition of new mixed flow belt driven centrifugal fans and dampers and construction of new support facilities associated with the new equipment. The Work includes the following major items: • Removal of six (6) skylights and roof curbs. • Removal of approximately nine (9) acoustic sound panels. • Disconnection of sixteen (16) electric unit heaters from MCLU-400. • Furnishing and installation of two (2) new mixed flow belt driven centrifugal fans on concrete equipment pads with ducted transition. • Furnishing and installation of two (2) new electric motor operated parallel blade airfoil type control dampers and two (2) new manual opposed blade airfoil type dampers. • Six (6) aluminum gravity intake roof hoods complete with roof curbs. • Other items described in the drawings and specifications. 2. UNITS OF MEASUREMENT. Both inch -pound (English) and SI (metric) units of measurement are specified herein; the values expressed in inch -pound units shall govern. 3. OTHER CONSTRUCTION CONTRACTS. Work at the site performed by others under separate contracts includes the following: Digester Rehabilitation Project — This work involves the rehabilitation of Digesters 8 and 9. The digester facilities are located immediately to the southeast of the Plant 4 Blower Building. The Contractor is using the area between the digesters and the Blower Building for material storage. The construction trailers are set up at the Sludge Drying Beds south of the Solids Building. All work is anticipated to be complete in December 2012. 4. COORDINATION. Not used. 5. WORK BY PUBLIC UTILITIES. Not used. 6. WORK BY OWNER. Not used. 7. PROCUREMENT CONTRACTS. Not used. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 8. ITEMS FURNISHED BY OWNER. Not used. 9. RESPONSIBILITY FOR MATERIALS AND EQUIPMENT. Not used. 10. OFFSITE STORAGE. Offsite storage arrangements shall be approved by Owner for all materials and equipment not incorporated into the Work but included in Applications for Payment. Such offsite storage arrangements shall be presented in writing and shall afford adequate and satisfactory security and protection. Offsite storage facilities shall be accessible to Owner and Engineer. 11. SUBSTITUTES AND "OR -EQUAL" ITEMS. Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specified item shall be understood as establishing the type, function, and quality desired. Requests for review of equivalency will not be accepted from anyone except Contractor, and such requests will not be considered until after the Contract has been awarded. Other manufacturers' products may be accepted, provided sufficient information is submitted to allow Engineer to determine that the products proposed are equivalent to those named. Such items shall be submitted for review by the procedure set forth in the Submittals Procedures section. 12. PREPARATION FOR SHIPMENT. All materials shall be suitably packaged to facilitate handling and protect against damage during transit and storage. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. All painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Each item, package, or bundle of material shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. 13. SALVAGE OF MATERIALS AND EQUIPMENT. Existing materials and equipment removed and not reused as a part of the Work shall become Contractor's property, except the following items which shall remain Owner's property. a. Acoustic sound panels. Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment specified or indicated to be salvaged and reused or to remain the property of Owner. Contractor shall store and protect salvaged items specified or indicated to be reused in the Work. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Salvaged items not to be reused in the Work, but to remain Owner's property shall be delivered by Contractor in good condition at a location to be coordinated with the Owner. Any items specified or indicated to be salvaged which are damaged in removal, C storage, or handling through carelessness or improper procedures shall be replaced by Contractor in kind or with new items. Contractor may furnish and install new items instead of those specified or indicated to be salvaged and reused, in which case such removed items will become Contractor's property. Existing materials and equipment removed by Contractor shall not be reused in the Work, except where so specified or indicated. 14. LAND FOR CONSTRUCTION PURPOSES. Contractor will be permitted to use available land belonging to Owner, on or near the Site, for construction purposes and for storage of materials and equipment. The open land immediately to the west of BNR Basin No. 3 may be used. Upon completion, the area utilized shall be returned to preconstruction contours and condition. Contractor shall immediately move stored materials or equipment if any occasion arises, as determined by Owner, requiring access to the storage area. Materials or equipment shall not be placed on the property of Owner until Owner has agreed to the location to be used for storage. 14. EASEMENTS AND RIGHTS -OF -WAY. Contractor shall confine its construction operations within the limits indicated on the Drawings. Contractor shall use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies in order to avoid damage to property and interference with traffic. 15. OPERATION OF EXISTING FACILITIES. The existing treatment plant must i` be kept in continuous operation throughout the construction period. No interruption will be permitted which adversely affects the degree of service provided. Provided permission is obtained from Owner in advance, portions of the f existing facilities may be taken out of service for short periods corresponding with periods of minimum service demands. Contractor shall provide temporary facilities and make temporary modifications as necessary to keep the existing facilities in operation during the construction period. 16. NOTICES TO OWNERS AND AUTHORITIES. Contractor shall, as provided in the General Conditions, notify owners of adjacent property and utilities when prosecution of the Work may affect them. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 When it is necessary to temporarily deny access to property, or when any utility service connection must be interrupted, Contractor shall give notices sufficiently in advance to enable the affected persons to provide for their needs. Notices shall conform to any applicable local ordinance and, whether delivered orally or in writing, shall include appropriate information concerning the interruption and instructions on how to limit inconvenience caused thereby. Utilities and other concerned agencies shall be notified at least 24 hours prior to cutting or closing streets or other traffic areas or excavating near underground utilities or pole lines. 17. LINES AND GRADES. All Work shall be done to the lines, grades, and elevations indicated on the Drawings. Basic horizontal and vertical control points will be established or designated by Engineer to be used as datums for the Work. All additional survey, layout, and measurement work shall be performed by Contractor as a part of the Work. Contractor shall provide an experienced instrument person, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement work. In addition, Contractor shall furnish, without charge, competent persons and such tools, stakes, and other materials as Engineer may require in establishing or designating control points or in checking survey, layout, and measurement work performed by Contractor. Contractor shall keep Engineer informed, a reasonable time in advance, of the times and places at which it wishes to do Work, so that horizontal and vertical control points may be established and any checking deemed necessary by Engineer may be done with minimum inconvenience to Engineer and minimum delay to Contractor. Contractor shall remove and reconstruct work which is improperly located.. 18. ALLOWANCES. Not used. 19. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities, including structures, drain lines, and utilities such as water, sewer, gas, telephone, and electric. In each case, Contractor shall receive permission from Owner or the owning utility prior to undertaking connections. Contractor shall protect facilities against deleterious substances and damage. Connections to existing facilities which are in service shall be thoroughly planned in advance, and all required equipment, materials, and labor shall be on hand at the time of undertaking the connections. Work shall proceed continuously (around (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant) -4- -(Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 the clock) if necessary to complete connections in the minimum time. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 20. UNFAVORABLE CONSTRUCTION CONDITIONS. During unfavorable weather, wet ground, or other unsuitable construction conditions, Contractor shall confine its operations to work which will not be affected adversely by such conditions. No portion of the Work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by Contractor to perform the Work in a proper and satisfactory manner. 21. CUTTING AND PATCHING. As provided in General Conditions, Contractor ' shall perform all cutting and patching required for the Work and as may be necessary in connection with uncovering Work for inspection or for the correction of defective Work. Contractor shall perform all cutting and patching required for and in connection with the Work, including but not limited to the following: Removal of improperly timed Work. Removal of samples of installed materials for testing. Alteration of existing facilities. Installation of new Work in existing facilities. Contractor shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. Contractor shall not undertake any cutting or demolition which may affect the structural stability of the Work or existing facilities without Engineer's concurrence. Materials shall be cut and removed to the extent indicated on the Drawings or as required to complete the Work. Materials shall be removed in a careful manner, with no damage to adjacent facilities or materials. Materials which are not salvable shall be removed from the site by Contractor. All Work and existing facilities affected by cutting operations shall be restored with new materials, or with salvaged materials acceptable to Engineer, to obtain a finished installation with the strength, appearance, and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 22. HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE. No Hazardous Environmental Conditions at the Site in areas that will be affected by the Work are known to the Owner. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 23. CLEANING UP. Contractor shall keep the premises free at all times from accumulations of waste materials and rubbish. Contractor shall provide adequate trash receptacles about the Site and shall promptly empty the containers when filled. Construction materials, such as concrete forms and scaffolding, shall be neatly stacked by Contractor when not in use. Contractor shall promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from surfaces to prevent marring or other damage. Volatile wastes shall be properly stored in covered metal containers and removed daily. Wastes shall not be buried or burned on the Site or disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed from the Site and disposed of in a manner complying with local ordinances and antipollution laws. Adequate cleanup will be a condition for recommendation of progress payment applications. 24. APPLICABLE CODES. References in the Contract Documents to local codes mean the following: International Building Code, 2006 Edition International Mechanical Code, 2006 Edition International Fire Code, 2003 Edition National Electric Code, 2008 Edition National Fire Protection Association (NFPA) Recommended Practices and Manuals, 2003 Edition Occupational Safety and Health Act (OSHA) Standards Manual ANSI Standards 117.1-98 (Americans with Disabilities Act) Texas Commission on Environmental Quality (TCEQ) United States Environmental Protection Agency (US EPA) International Plumbing Code, 2006 Edition IFGC (fuel gas), 2006 Edition IECC (energy conservation), 2000 Edition Other standard codes which apply to the Work are designated in the Specifications. 25. REFERENCE STANDARDS. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 code, or laws or regulations in effect at the time of opening of Bids (or on the effective date of the Contract or Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. However, no provision of any referenced standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities - of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to Owner, Engineer, or any -- of Engineer's CONSULTANTS, agents, or employees, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 26. ALTERNATIVES. Not used. 27. PRECONSTRUCTION CONFERENCE. Prior to the commencement of Work at the Site, a preconstruction conference will be held at a mutually agreed time and place. The conference shall be attended by: Contractor and its superintendent. Principal Subcontractors. Representatives of principal Suppliers and manufacturers as appropriate. Engineer Consulting Engineer and its Resident Project Representative. Representatives of Owner. Government representatives as appropriate. Others as requested by Contractor, Owner, or Engineer. Unless previously submitted to Engineer Contractor shall bring to the conference a preliminary schedule for each of the following: Progress Schedule. Procurement Schedule. Schedule of Values for progress payment purposes. Schedule of Shop Drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: Contractor's preliminary schedules. Transmittal, review, and distribution of Contractor's submittals. (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant) -7- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Processing Applications for Payment. Maintaining record documents. Critical Work sequencing. Field decisions and Change Orders. Use of premises, office and storage areas, security, housekeeping, and Owner's needs. Major equipment deliveries and priorities. Contractor's assignments for safety and first aid. Engineer will preside at the conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 28. PROGRESS MEETINGS. Contractor shall schedule and hold regular progress meetings at least monthly and at other times as requested by Engineer or required by progress of the Work. Contractor, Engineer, and all Subcontractors active on the Site shall be represented at each meeting. Contractor may at its discretion request attendance by representatives of its Suppliers, manufacturers, and other Subcontractors. Contractor shall preside at the meetings. Meeting minutes shall be prepared and distributed by Engineer. The purpose of the meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. 29. SITE ADMINISTRATION. Contractor shall be responsible for all areas of the Site used by it and by all Subcontractors in the performance of the Work. Contractor shall exert full control over the actions of all employees and other persons with respect to the use and preservation of property and existing facilities, except such controls as may be specifically reserved to Owner or others. Contractor shall have the right to exclude from the Site all persons who have no purpose related to the Work or its inspection, and may require all persons on the Site (except Owner's employees) to observe the same regulations as Contractor requires of its employees. 30. USE OF PREMISES. Not used. 31. NONSMOKING BUILDING. Not used. End of Section (City of Lubbock, Texas ) 01015 (Southeast Water Reclamation Plant) -8- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Section 01300 SUBMITTALS PROCEDURES 1. SHOP DRAWINGS AND ENGINEERING DATA. 1.01. General. Shop Drawings and engineering data (submittals) covering all equipment and all fabricated components and building materials which will become a permanent part of the Work under this Contract shall be submitted to Engineer for review, as required. Submittals shall verify compliance with the Contract Documents, and shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and the operation of component materials and devices; the external connections, anchorages, and supports required; the performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. Each submittal shall cover items from only one section of the specification unless the item consists of components from several sources. Contractor shall submit a complete initial submittal including all components. When an item consists of components from several sources, Contractor's initial submittal shall be complete including all components. All submittals, regardless of origin, shall be approved by Contractor and clearly identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each copy of all submittals, regardless of origin, shall be stamped or affixed with an approval statement of Contractor. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Contractor shall be solely responsible for the completeness of each submittal. Contractor's stamp or affixed approval statement of a submittal, per Figure 1- 01300, is a representation to Owner and Engineer that Contractor accepts sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that Contractor has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified as deviations on each submittal and shall be tabulated in Contractor's letter of transmittal using Figure 2-01300. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications (City of Lubbock, Texas ) 01300 s (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. For hard copy submittals five copies of each drawing and the necessary data shall be submitted to Engineer. Engineer will return two marked copies (or one marked reproducible copy) to Contractor. Facsimile (fax) or electronic copies will not be acceptable. Engineer will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. One electronic copy of each submittal shall also be provided. The electronic copy shall be submitted on CD-ROM. For electronic submittals, drawings and the necessary data shall be submitted electronically to Engineer as specified below. Submittal documents shall be in black and white unless color is required for the review of the submittal. All electronic files shall be in Portable Document Format (PDF) as generated by Adobe Acrobat Professional Version 7.0 or higher. The PDF file(s) shall be fully indexed using the Table of Contents, searchable with thumbnails generated. PDF images must be at a readable resolution. For most documents, they should be scanned or generated at 300 dots per inch (dpi). Optical Character Recognition (OCR) capture must be performed on these images so that text can be searched, selected and copied from the generated PDF file. The PDF documents shall have a bookmark created in the navigation frame for each major entry ("Section" or "Chapter") in the Table of Contents. Thumbnails shall be generated for each page or graphic in the PDF file. The opening view for each PDF document shall be as follows: Initial View: Bookmarks and Page Magnification: Fit In Window The file shall open to the Contractor's transmittal letter, with bookmarks to the left. The first bookmark shall be linked to the Table of Contents. PDF document properties shall include the submittal number for the document title and the Contractor's name for the author. Electronic submittal file sizes shall be limited to 10 MB. When multiple files are required for a submittal the least number of files possible shall be created. Facsimiles (fax) will not be acceptable. Engineer will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 1.02. Engineer's Review of Submittals. Engineer's review of submittals covers only general conformity to the Drawings and Specifications, external connections, (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 and dimensions that affect the layout; it does not indicate thorough review of all dimensions, quantities, and details of the material, equipment, device, or item covered. Engineer's review shall not relieve Contractor of sole responsibility for errors, omissions, or deviations in the drawings and data, nor of Contractor's sole responsibility for compliance with the Contract Documents. Engineer's submittal review period shall be 14 consecutive calendar days and shall commence on the first calendar day following receipt of the submittal or resubmittal in Engineer's office. The time required to mail the submittal or resubmittal back to Contractor shall not be considered a part of the submittal review period. Within 30 days of Notice to Proceed, Contractor shall furnish submittal for all major and/or long -lead time items. When the drawings and data are returned with review status "NOT ACCEPTABLE" or "RETURNED FOR CORRECTION", the corrections shall be made as instructed by Engineer. If submittals are made in hard copy, five corrected copies shall be resubmitted. Resubmittals by facsimile or e-mail will not be accepted. When the drawings and data are returned with review status "EXCEPTIONS NOTED", "NO EXCEPTIONS NOTED", or "RECORD COPY", no additional copies need be furnished unless specifically requested by Engineer. 1.03. Resubmittal of Drawings and Data. Contractor shall accept full responsibility for the completeness of each resubmittal. Contractor shall verify that all corrected data and additional information previously requested by Engineer are provided on the resubmittal. When corrected copies are resubmitted, Contractor shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by Engineer on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) or a unique identification that indicates the initial submittal and correct sequence of each resubmittal. If more than one resubmittal is required because of failure of Contractor to provide all previously requested corrected data or additional information, Contractor shall reimburse Owner for the charges of Engineer for review of the additional resubmittals. This does not include initial submittal data such as shop tests and field tests that are submitted after initial submittal. Resubmittals shall be made within 14 days of the date of the letter returning the material to be modified or corrected, unless within 7 days Contractor submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be completed within that time. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 The need for more than one resubmittal, or any other delay in obtaining Engineer's review of submittals, will not entitle Contractor to extension of the Contract Times unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of Engineer to review and return any submittal to Contractor within the specified review period. 1.04. Color Selection. Contractor shall submit samples of colors and finishes for all accepted products before Engineer will coordinate the selection of colors and finishes with Owner. Engineer will prepare a schedule of finishes that includes the colors and finishes selected for both manufactured products and for surfaces to be field painted or finished and will furnish this schedule to Contractor within 60 days after the date of acceptance of the last color or finish sample. 2. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment Supplier shall prepare a project specific operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. f. Parts lists and predicted life of parts subject to wear. g. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Three hard copies of each manual shall be submitted to Engineer prior to the date of shipment of the equipment. When the O&M manuals are returned with the review status "RETURNED FOR CORRECTION", the corrections shall be made as instructed by the Engineer, and two copies of the corrected portions) and one complete corrected copy of the O&M manual returned to the Engineer. After review by Engineer, is complete one hard copy and three electronic copies of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. Each electronic O&M manual shall be delivered on CD-ROM. Each CD shall contain only one copy of one manual. 2.01. Hard Coov Operation and Maintenance Manuals. Hard copies submitted for review shall be temporarily bound in heavy paper covers bearing suitable identification. All manuals and other data shall be printed on heavy, first quality 8-1/2 x 11 inch [215 x 279 mm] paper, with standard three -hole punching. Drawings and diagrams shall be reduced to 8-1/2 x 11 inches (215 x 279 mm] or 11 x 17 inches [279 x 431 mm]. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes, which are bound into the manuals. Each envelope shall be suitably identified on the outside. Each volume containing data for three or more items of equipment shall include a table of contents and index tabs. The final hard copy of each manual shall be prepared and delivered in substantial, permanent, three-ring or three -post binders with a table of contents and suitable index tabs. 2.02. Electronic Operation and Maintenance Manuals. Electronic manuals shall be in Adobe Acrobat's Portable Document Format (PDF), and shall be prepared at a resolution between 300 and 600 dots per inch (dpi), depending on document type. Optical Character Recognition (OCR) capture shall be performed on these documents. OCR settings shall be performed with the "original image with hidden text" option in Adobe Acrobat Exchange. File size shall be limited to 10 MB. When multiple files are required the least number of files possible shall be created. File names shall be in the format OMXXXXX-YYYZ-V.pdf, where XXXXX is the five digit number corresponding to the specification section, YYY is a three digit O&M manual number, e.g. 001, Z is the letter signifying a resubmittal, A, B, C, etc, and V is a number used only when Y more than one 10 MB file is required for an O&M manual. Documents prepared in PDF format shall be processed as follows: 1. Pages shall be searchable (processed for optical character recognition) and indexed when multiple files are required. 2. Pages shall be rotated for viewing in proper orientation. 3. A bookmark shall be provided in the navigation frame for each entry in the Table of Contents. (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 4. Embedded thumbnails shall be generated for each completed PDF file. 5. The opening view for PDF files shall be as follows: Initial View: Bookmarks and Page Page Number: Title Page (usually Page 1) Magnification: Set to Fit in Window Page: Single Page 6. Where the bookmark structure is longer than one page the bookmarks shall be collapsed to show the chapter headings only. 7. When multiple files are required the first file of the series (the parent file) shall list every major topic in the Table of Contents. The parent file shall also include minor headings bookmarked based on the Table of Contents. Major headings, whose content is contained in subsequent files (children) shall be linked to be called from the parent to the specific location in the child file. The child file shall contain bookmark entries for both major and minor headings contained in the child file. The first bookmark of any child file shall link back to the parent file and shall read as follows "Return to the Equipment Name Table of Contents", e.g. Return to the Polymer Feed System Table of Contents. 8. Drawings shall be bookmarked individually. 9. Files shall be delivered without security settings to permit editing, insertion and deletion of material to update the manual provided by the manufacturer. 2.03. Labeling. As a minimum, the following information shall be included on all final O&M manual materials, including CD-ROM disks, jewel cases, and hard copy manuals: Equipment name and/or O&M title spelled out in complete words. Project Name. City Project/Contract Number. Specification Section Number. Example: "Section 15500" Manufacturer's name. File Name and Date. For example: Backwash Pump Operation and Maintenance Manual Somewhere Plant Expansion Project/Contract No. Specification Section 11110 Manufacturer OM11110-001.pdf, 5/05/07 End of Section (City of Lubbock, Texas ) 01300 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 SUBMITTAL No. SECTION Do not combine multiple sections together unless required by specifications. (Contractor's Letterhead) SUBMITTAL IDENTIFICATION & CONTRACTOR'S APPROVAL STATEMENT DATE: COPIES DRAWING SHEET NO. Description submittal contents: Location: Manufacturer Subcontractor or Supplier (o tional REMARKS: CONTRACTOR'S APPROVAL ( Construction Company ) has reviewed and coordinated the submitted documentation and verifies that the equipment and material meet the requirements of the Work and the Contract Documents. We accept sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data contained in the submittal as required by the Contract Documents. Deviations: ❑ None ❑ Yes (See attached Figure 2-01300 for written description) Approved By: Date: This approval does not release subcontractor / vendor from the contractual responsibilities. (City of Lubbock, Texas ) 01300171 t (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 *** Page Intentionally Left Blank *** SUBMITTAL No. SECTION Do not combine multiple sections together unless required by specifications. (Contractor's Letterhead) SUBMITTAL IDENTIFICATION & CONTRACTOR'S APPROVAL STATEMENT DATE: COPIES DRAWING SHEET NO. Description submittal contents: Location: Manufacturer Subcontractor or Supplier (Optional) DEVIATIONS (City of Lubbock, Texas ) 01300F2 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 Page Intentionally Left Blank � \ i t J Section 01380 CONSTRUCTION PHOTOGRAPHS 1. CONSTRUCTION PHOTOGRAPHS BY CONTRACTOR. Contractor shall be responsible for the production of construction photographs as provided herein. Engineer shall designate the subject of each photograph. For plant projects, fifty (50) photographs of the entire site (including the material storage and trailer area), or pertinent features thereof, shall be taken before the commencement of Work and promptly submitted to Engineer. The same views shall be rephotographed upon completion of all construction activities and submitted with Contractor's application for final payment. Thirty (30) additional photographs shall be made each month throughout the progress of the Work at such times as requested by Engineer, and submitted with Contractor's application for progress payment. All photographs shall be color digital, produced by a competent professional photographer. Contractor shall submit the photographs electronically. Digital images shall be compiled on CD and provided with a descriptive index of the images. Two (2) CDs shall be provided. Images shall be marked with the name and number of the Contract, name of Contractor, description and location of view, and date photographed. Engineer will transmit the digital files to Owner. End of Section (City of Lubbock, Texas ) 01380 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 t ***Page intentionally left blank*** Section 01400 QUALITY CONTROL 1. TESTING SERVICES. Testing services shall be provided in accordance with Paragraph 21 of the General Conditions. All tests to determine compliance with the Contract Documents shall be performed by an independent commercial testing firm acceptable to Engineer. The testing firm's laboratory shall be staffed with experienced technicians, properly equipped and fully qualified to perform the tests in accordance with the specified standards. Testing services provided by Owner are for the sole benefit of Owner; however, test results shall be available to Contractor. Testing necessary to satisfy Contractor's internal quality control procedures shall be the sole responsibility of Contractor. 1.01. Testing Services Provided by Contractor. Unless otherwise specified, Contractor shall provide all testing services in connection with the following: Concrete materials and trial batch mixtures. Masonry units and masonry grout and mortar materials and design mixtures. Tests of masonry prisms. Field control test of masonry All other tests and engineering data required for Engineer's review of materials and equipment proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing firm before having services performed, and shall pay all costs for these testing services. 1.02. Testing Services and Special Inspections Provided by Owner. Unless otherwise specified, Owner shall provide for tests made on the following materials and equipment: Materials and equipment at the discretion of Owner. Testing, including sampling, will be performed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Specifications. (City of Lubbock, Texas ) 01400 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Engineer shall determine the exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including sampling, to be performed. Contractor shall have no Claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer or laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. 1.03. Transmittal of Test Reports. Written reports of tests and engineering data furnished by Contractor for Engineer's review of materials and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings. The laboratory retained by Owner will furnish four copies of a written report of each test. Two copies of each test report will be transmitted to the Resident Project Representative, one copy to Engineer, and one copy to Contractor, within 3 days after each test is completed. 2. OFFSITE INSPECTION. Not used. 3. MANUFACTURER'S FIELD SERVICES. Manufacturer's field services shall be as specified herein except as specifically specified in the respective equipment sections. 3.01. Services Furnished Under This Contract. An experienced, competent, and authorized representative of the manufacturer of each item of equipment for which field services are indicated in the respective equipment section or in the equipment schedule section shall visit the Site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the manufacturer's representative shall be present when the equipment is placed in operation. The manufacturer's representative shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Engineer. Each manufacturer's representative shall furnish to Owner, through Engineer, a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by (City of Lubbock, Texas ) 01400 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price. End of Section (City of Lubbock, Texas ) 01400 i- (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL i (B&V PN 140092 ) April 30, 2012 ***Page intentionally left blank*** � �\ IJ Section 01500 TEMPORARY FACILITIES 1. UNITS OF MEASUREMENT. When both inch -pound (English) and SI (metric) units of measurement are specified herein, the values expressed in inch - pound units shall govern. 2. OFFICE AT SITE OF WORK. During the performance of this Contract, Contractor shall maintain a suitable office at or near the Site which shall be the headquarters of its representative authorized to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at Contractor's office at the Site in the }t_'! representative's absence shall be deemed to have been delivered to Contractor. Copies of the Drawings, Specifications, and other Contract Documents shall be kept at Contractor's office at the Site and available for use at all times. 3. WATER. Water in reasonable amounts required for and in connection with the Work to be performed will be furnished at existing fire hydrants by Owner without charge to Contractor. Contractor shall furnish necessary pipe, hose, nozzles, and tools and shall perform all necessary labor. Contractor shall make arrangements with the City Water Department (who will fix the time, rate, and duration of each withdrawal from the distribution system) as to the amount of water required and the time when the water will be needed. Unnecessary waste of water will not be tolerated. Special hydrant wrenches shall be used for opening and closing fire hydrants. In no case shall pipe wrenches be used for this purpose. 4. POWER. Power for heating, lighting, and operation of Contractor's plant and equipment in connection with the Work to be done under this Contract shall be provided by Owner without charge to Contractor, subject to the following conditions: a. The existing heating system will remain in operation and may be utilized by Contractor to the extent available. b. Existing lighting systems may be utilized by Contractor to the extent f available. Any necessary additional or temporary lighting systems shall be provided by Contractor at no additional cost to Owner. C. Power will be available at existing power panels at the locations indicated on the drawings. (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 d. Power will be available at 480 volts, 60 Hz, 3 phase. e. Contractor at its own expense shall make authorized connections to the existing power sources and shall extend temporary service lines to the required areas. Temporary wiring shall conform to Article 305 of the NEC. Contractor shall at all times provide adequately against waste and needless use of power. Electrical power shall be used only in such quantities as will not interfere with Owner's requirements, and care shall be taken not to overload the existing facilities. Contractor shall provide any additional or temporary electrical power or power of other voltages it may require for prosecution of the Work. These provisions shall not be construed as a guarantee by Owner of the uninterrupted continuation of power, and interruptions beyond the control of Owner shall not be reason for claims for additional costs nor for extensions of time. Contractor shall provide, at no additional cost to Owner, any necessary power required for prosecution of the Work during such interruptions. 5. VOICE AND DATA SERVICES. Not used. 6. SANITARY FACILITIES. Contractor shall furnish temporary sanitary facilities at the Site, as provided herein, for the needs of all construction workers and others performing work or furnishing services on the Project. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically treated type are used, at least one toilet will be furnished for each 20 persons. Contractor shall enforce the use of such sanitary facilities by all personnel at the Site. 7. CONSTRUCTION AIDS. Not used. 8. MAINTENANCE OF TRAFFIC. Contractor shall conduct its work to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, Contractor shall provide and maintain suitable and safe bridges, detours, or other temporary expedients for the accommodation of public and private travel, and shall give reasonable notice to owners of private drives before interfering with them. Such maintenance of traffic will not be required when Contractor has obtained permission from the owner and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 In making open -cut street crossings, Contractor shall not block more than one- half of the street at a time. Whenever possible, Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as necessary on shoulders. 9. BARRICADES AND LIGHTS. All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall have suitable barricades, signs, and lights to provide adequate protection to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated with warning lights from sunset to sunrise. Material storage and conduct of the Work on or alongside public streets and highways shall cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights, and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway rights -of -way, as required by the authority having jurisdiction thereover. 10. FENCES. All existing fences affected by the Work shall be maintained by Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. 11. PROTECTION OF PUBLIC AND PRIVATE PROPERTY. Not used. 12. DAMAGE TO EXISTING PROPERTY. Contractor will be held responsible for any damage to existing structures, Work, materials, or equipment because of his operations and shall repair or replace any damaged structures, Work, materials, or equipment to the satisfaction of, and at no additional cost to, Owner. (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -3- (B&V PN 140092 (Plant 4 Blower Building Ventilation Modifications) FINAL ) April 30, 2012 c Contractor shall protect all existing structures and property from damage and shall provide bracing, shoring, or other work necessary for such protection. Contractor shall be responsible for all damage to streets, roads, curbs, sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property, which may be caused by transporting equipment, materials, or workers to or from the Work. Contractor shall make satisfactory and acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair or replacement. 13. TREE AND PLANT PROTECTION. Not used. 14. SECURITY. Contractor shall be responsible for protection of the Site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. No Claim shall be made against Owner by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Owner's property resulting from Contractor's failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect Owner's existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures as required to protect the Site. 15. ACCESS ROADS. Not used. 16. PARKING. Contractor shall provide and maintain suitable parking areas for the use of all workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. 17. NOISE CONTROL. Not used. 18. DUST CONTROL. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 19. TEMPORARY DRAINAGE PROVISIONS. Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the Site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the Site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. 20. EROSION CONTROL. Contractor shall prevent erosion of soil on the Site and adjacent property resulting from its construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. Work shall be scheduled to expose areas subject to erosion for the shortest possible time, and natural vegetation shall be preserved to the greatest extent practicable. Temporary storage and construction buildings shall be located, and construction traffic routed, to minimize erosion. Temporary fast-growing vegetation or other suitable ground cover shall be provided as necessary to control runoff. 21. POLLUTION CONTROL. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes shall be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris, or other substance shall be permitted to enter sanitary sewers, and reasonable measures shall be taken to prevent such materials from entering any drain or watercourse. The Contractor shall erect and maintain surface structures and standby equipment as require to prevent discharge to the North Fork of the Double Mountain Fork of the Brazos River. All penalties, fines, legal costs, and corrective action costs which result from violations of the City of Lubbock's Permit for disposal of wastewater (Permit 10353-002) and are attributable to actions by the Contractor and/or his subcontractors will be paid by the Contractor. 22. TPDES STORMWATER PERMIT. In accordance with the Texas a Commission on Environmental Quality TPDES .General Permit for Storm Water Discharge from Construction Sites, Contractor shall prepare and submit a Notice (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 of Intent, prepare a Storm Water Pollution Prevention Plan (SWPPP), and implement the plan during construction. End of Section (City of Lubbock, Texas ) 01500 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Section 01610 GENERAL EQUIPMENT STIPULATIONS 1. SCOPE. When an equipment specification section in this Contract references this section, the equipment shall conform to the general stipulations set forth in this section, except as otherwise specified in other sections. 2. COORDINATION. Contractor shall coordinate all details of the equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Drawings or Specifications. 3. MANUFACTURER'S EXPERIENCE. Unless specifically named in the Specifications, a manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 4. WORKMANSHIP AND MATERIALS. Contractor shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or. materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with - recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged,. all or in part, during normal operation of the equipment shall be at least 1/4 inch [6.3 mm] thick. When dissimilar metal components are used, consideration shall be given to prevention of galvanic corrosion. 5. STRUCTURAL DESIGN REQUIREMENTS. All equipment, and other non- structural components and non -building structures as defined in ASCE 7, and their anchorage, shall be designed and detailed in accordance with the Contract Documents. Submittals for equipment and other non-structural components and (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL - (B&V PN 140092 ) April 30, 2012 E non -building structures shall include a seal by a professional engineer registered in the state of the project, to confirm that the anchorage design meets the code requirements. Conformance to the building code of the Contractor designed pipe support systems, shall be certified by a professional engineer registered in the state of the project. 6. LUBRICATION. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. Lubricants of the types recommended by the equipment manufacturer shall be provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Lubricants for equipment where the lubricants may come in contact with water before or during a potable water treatment process or with potable water, shall be food grade lubricants. This includes lubricants for equipment not normally in contact with water, but where accidental leakage of the lubricants may contaminate the water. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 7. ELEVATION. The elevation of the site shall be 3170 feet. Al equipment furnished shall be designed to meet stipulated conditions and to operate satisfactorily at the specified elevation. 8. ELECTRIC MOTORS. Unless otherwise specified, motors furnished with equipment shall meet the requirements specified in specific equipment sections. 9. DRIVE UNITS. The nominal input horsepower [kW] rating of each gear or speed reducer shall be at least equal to the nameplate horsepower [kW] of the drive motor. Drive units shall be designed for 24 hour continuous service. 9.01. Gearmotors. The use of gearmotors sharing an integral housing or cutgears into the motor output shaft, or that require removal of lubricant from the gear reducer to change out the motor will not be acceptable. 9.02. Gear Reducers. Each gear reducer shall be a totally enclosed unit with oil or grease lubricated, rolling element, antifriction bearings throughout. (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Unless superseded by individual specification requirements each helical, spiral bevel, combination bevel -helical, and worm gear reducers shall have a service y` factor of at least 1.50 based on the nameplate horsepower [kilowatts] of the drive motor. Cycloidal gear reducers shall have a service factor of at least 2.0 based on the nameplate horsepower [M] of the drive motor. Shaft -mounted and flange -mounted gear reducers shall be rated AGMA Class III. Helical gear reducers shall have a gear strength rating to catalog rating of 1.5. Each gear reducer shall be designed and manufactured in compliance with applicable most current AGMA standards, except the 1_10 bearing life shall be 200, 000 hours. The thermal horsepower [M] rating of each unit shall equal or exceed the nameplate horsepower [M] of the drive motor. During continuous operation, the maximum sump oil temperature shall not rise more than 100OF [38°C] above the ambient air temperature in the vicinity of the unit and shall not exceed 200OF [93°C]. Each grease lubricated bearing shall be installed in a bearing housing designed to facilitate periodic regreasing of the bearing by means of a manually operated grease gun. Each bearing housing shall be designed to evenly distribute new grease, to properly dispose of old grease, and to prevent overgreasing of the bearing. The use of permanently sealed, grease lubricated bearings will not be acceptable in large sized reducers. In small reducers, similar to basin equipment, permanently sealed grease lubricated bearings rated 1_10 200,000 hour life may be provided at the manufacturer's option. An internal or external oil pump and appurtenances shall be provided if required to properly lubricate oil lubricated bearings. A dipstick or a sight glass arranged to permit visual inspection of lubricant level shall be provided on each unit. Gear reducers which require the removal of parts or the periodic disassembly of the unit for cleaning and manual regreasing of bearings will not be acceptable. Certification shall be furnished by the gear reducer manufacturer indicating that the intended application of each unit has been reviewed in detail by the manufacturer and that the unit provided is fully compatible with the conditions of installation and service.. 9.03. Adiustable Speed Drives. Each mechanical adjustable speed drive shall have a service factor of at least 1.75 at maximum speed based on the nameplate horsepower [kilowatts] of the drive motor. A spare belt shall be provided with each adjustable speed drive unit employing a belt for speed change. Unless specifically permitted by the detailed equipment specifications, bracket type mounting will not be acceptable for variable speed drives. (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 i 9.04. V-Belt Drives. Each V-belt drive shall include a sliding base or other suitable tension adjustment. V-belt drives shall have a service factor of at least 1.75 at maximum speed based on the nameplate horsepower [kilowatts] of the drive motor. 10. SAFETY GUARDS. All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gage [1.52 mm] thick or thicker galvanized, aluminum -clad sheet steel, or stainless sheet steel or from 1/2 inch [12.7 mm] mesh galvanized expanded metal, or pultrusion molded UV resistant materials. Each safety guard shall be reinforced or shaped to provide suitable strength to prevent vibration and deflection and shall comply with OSHA. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. 11. ANCHOR BOLTS. Equipment suppliers shall furnish suitable anchor bolts for each item of equipment. Anchor bolts, together with templates or setting drawings, shall be delivered sufficiently early to permit setting the anchor bolts when the structural concrete is placed. Anchor bolt materials shall comply with the Anchorage in Concrete and Masonry section, and sleeves shall be provided as indicated on the drawings. Unless otherwise specified, anchor bolts shall be at least 3/4 inch [19 mm] in diameter. Unless otherwise indicated or specified, anchor bolts for items of equipment mounted on baseplates shall be long enough to permit 1-1/2 inches [38 mm] of grout beneath the baseplate and to provide adequate anchorage into structural concrete. 12. EQUIPMENT BASES. Unless otherwise indicated or specified, all equipment shall be installed on concrete bases at least 6 inches [150 mm] high. Cast iron or welded steel baseplates shall be provided for pumps, compressors, and other equipment. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components, and adequate grout holes. Baseplates for pumps shall have a means for collecting leakage and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with grout as specified in the Grouting section. 13. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 requiring special devices for lifting or handling shall be furnished complete with those devices. 14. SHOP PAINTING. All iron and steel surfaces of the equipment shall be protected with suitable protective coatings applied in the shop. Surfaces of the - equipment that will be inaccessible after assembly shall be protected for the life of the equipment. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Electric motors, speed reducers, starters, and other self-contained or enclosed components shall be shop primed or finished with an epoxy or polyurethane 6>, enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Surfaces to be coated after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of a universal primer. Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound as recommended by the equipment manufacturer. 15. PREPARATION FOR SHIPMENT. Equipment shall be prepared for shipment as specified in the Product Delivery Requirements section. 16. STORAGE. Handling and storage of equipment shall be as specified in the Product Storage and Handling Requirements section. 17. INSTALLATION AND OPERATION. Installation and operation shall be as specified in respective equipment sections and the Startup Requirements section. 18. OBSERVATION OF PERFORMANCE TESTS. Where the Specifications require the presence of Engineer, initial tests shall be observed or witnessed by Engineer. Owner shall be reimbursed by Contractor for all costs of subsequent visits by Engineer to witness or observe incomplete tests, retesting, or subsequent tests. 19. PROGRAMMING SOFTWARE. Programming software shall be provided for any equipment which includes a programmable logic controller (PLC) or other digital controller that is user -programmable. The software shall be suitable for loading and running on a laptop personal computer operating with a Windows - based operating system. A copy of the manufacturer's original operating logic program shall be provided for use in maintaining and troubleshooting the equipment. Where multiple pieces of equipment, from the same or different (City of Lubbock, Texas ) 01610 f -, (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL -j (B&V PN 140092 ) April 30, 2012 t.. vendors, use the same programming software, only one copy of the software need be provided. End of Section (City of Lubbock, Texas ) 01610 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 I Section 01612 PRODUCT DELIVERY REQUIREMENTS 1. SCOPE. This section covers packaging and shipping of materials and equipment. 2. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted and coated surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted and coated surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Grease and lubricating oil shall be applied to all bearings and similar items. 3. SHIPPING. Before shipping each item of equipment shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. End of Section (City of Lubbock, Texas ) 01612 - (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) Apr1130, 2012 'Page intentionally left blank*** �l Section 01614 PRODUCT STORAGE AND HANDLING REQUIREMENTS 1. SCOPE. This section covers delivery, storage, and handling of materials and equipment. 2. DELIVERY. Contractor shall bear the responsibility for delivery of equipment, spare parts, special tools, and materials to the site and shall comply with the requirements specified herein and shall provide required information concerning the shipment and delivery of the materials specified in this Contract. These requirements also apply to any subsuppliers making direct shipments to the Site. Contractor shall, either directly or through contractual arrangements with others, accept responsibility for the safe handling and protection of the equipment and materials furnished under this Contract before and after receipt at the port of entry. Acceptance of the equipment shall be made after it is installed, tested, placed in operation and found to comply with all the specified requirements. All items shall be checked against packing lists immediately on delivery to the ` site for damage and for shortages. Damage and shortages shall be remedied with the minimum of delay. Delivery of portions of the equipment in several individual shipments shall be subject to review of Engineer before shipment. When permitted, all such partial shipments shall be plainly marked to identify, to permit easy accumulation, and to facilitate eventual installation. 3. STORAGE. Upon delivery, all equipment and materials shall immediately be stored and protected until installed in the Work. Stacked items shall be suitably protected from damage by spacers or load distributing supports that are safely arranged. No metalwork (miscellaneous steel shapes and reinforcing steel) shall be stored directly on the ground. Masonry products shall be handled and stored in a manner to hold breakage, chipping, cracking, and spalling to a minimum. Cement, lime, and similar products shall be stored off the ground on pallets and shall be covered and kept completely dry at all times. Pipe, fittings, and valves may be stored out of doors, but must be placed on wooden blocking. PVC pipe, geomembranes, plastic liner, and other plastic materials shall be stored off the ground on pallets and protected from direct sunlight. Pumps, motors, electrical equipment, and all equipment with antifriction or sleeve bearings shall be stored in weathertight structures maintained at a temperature above 60°F [16°C]. Electrical equipment, controls, and insulation shall be (City of Lubbock, Texas ) 01614 - (Southeast Water Reclamation Plant) -1- i (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 protected against moisture and water damage. All space heaters furnished in equipment shall be connected and operated continuously. Equipment having moving parts, such as gears, bearings, and seals, shall be stored fully lubricated with oil, grease, etc., unless otherwise instructed by the manufacturer. Manufacturer's storage instructions shall be carefully followed by Contractor. When required by the equipment manufacturer, moving parts shall be rotated a minimum of twice a month to ensure proper lubrication and to avoid metal to metal "welding". Upon installation of the equipment, Contractor shall, at the discretion of Engineer, start the equipment at one-half load for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. When required by the equipment manufacturer, lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment by Contractor at the time of acceptance. Equipment and materials shall not show any pitting, rust; decay, or other deleterious effects of storage when installed in the Work. In addition to the protection specified for prolonged storage, the packaging of spare units and spare parts shall be for export packing and shall be suitable for long-term storage in a damp location. Each spare item shall be packed separately and shall be completely identified on the outside of the container. 4. HANDLING. Stored items shall be laid out to facilitate their retrieval for use in the Work. Care shall be taken when removing the equipment for use to ensure the precise piece of equipment is removed and that it is handled in a manner that does not damage the equipment. End of Section (City of Lubbock, Texas ) 01614 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 [4� Section 01615 EQUIPMENT AND VALVE IDENTIFICATION PART 1 — GENERAL 1-1. SCOPE. This section covers the furnishing and installation of nameplates and tags for identification of equipment, valves, panels, and instruments. 1-2. GENERAL. Except as otherwise specified in equipment, valve, and instrumentation sections, nameplates and tags shall be as specified herein. Nameplates or tags shall be provided for all equipment, valves, operator interfaces, control and electrical panels, cabinets, instruments, and instrument racks that have been named and/or tagged on the Drawings. 1-3. SUBMITTALS. Drawings and data shall be submitted in accordance with the requirements of the Submittals Procedures section for each type of tag provided including materials, colors, sizes, letter sizes, and installation instructions. PART 2 - PRODUCTS 2-1. EQUIPMENT NUMBER PLATES. All equipment tagged on the drawings, except for submerged equipment shall be provided with number plates bearing the equipment tag number identified on the Drawings. Number plates shall be bevelled, 1/8th inch [3 mm] thick laminated black phenolic plastic engraving stock with white core. Lettering on number plates shall be capitalized block letters 3/ inch [20 mm] high. Number plate height shall be twice the letter height. Number plate length shall be as needed, with suitable margins all around. Lettering shall be placed in one row where practicable; however, where necessary due to excessive length, lettering shall be placed on more than one row and centered. Number plates shall be attached with stainless steel panhead screws, rivets, or drive screws. When a number plate cannot be installed due to the physical size, space, or mounting surface geometry of the equipment, the Contractor shall provide a 12 gauge [2 mm] stainless steel tag with engraved or imprinted equipment tag number. Lettering on tags shall be inch [6.5 mm] high. Tags shall be rectangular with smooth edges, and shall be fastened to the equipment with stainless steel mechanical fasteners or with a stainless steel chain. (City of Lubbock, Texas ) 01615 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-2. EQUIPMENT INFORMATION PLATES. Equipment shall be provided with engraved or stamped equipment information plates securely affixed with mechanical fasteners to the equipment in an accessible and visible location. Equipment information plates shall be in addition to the number plates specified. Equipment information plates shall indicate the manufacturer's name, address, product name, catalog number, serial number, capacity, operating and power characteristics, labels of tested compliances, and any other pertinent design data. Equipment information plates listing the distributing agent only will not be acceptable. 2-3. VALVE AND GATE TAGS. Not used. 2-4. PANEL NAMEPLATES. Nameplates shall be provided on the face of each panel and cabinet. Panel identification nameplates shall be mounted at the top of the panel shall include the panel descriptive name and tag number as indicated on the Drawings, in two or three lines of text. Lettering shall be % inch [20 mm] high. Nameplates for devices mounted on or in the panel shall be inscribed with the text as indicated on the Drawings. Where nameplate information is not indicated on the Drawings, inscriptions shall be in accordance with information in the supplier's submittal drawings as guided by information in the relevant specification section. Panel device nameplates shall have engraved letters 3/16 inch [5 mm] high. Nameplate material and size shall be as specified above for equipment number plates. Nameplates shall be secured to the panel with stainless steel panhead screws. 2-5. INSTRUMENT TAGS. 2-5.01. Temporary Tags. Where instruments are not provided with permanent tags furnished from the factory, instruments shall be tagged or marked in the factory with the instrument tag number indicated on the Drawings. 2-5.02. Permanent Tags. Instruments shall be tagged with the instrument tag number indicated on the Drawings. Tags shall be 12 gauge [2 mm] stainless steel with engraved or imprinted symbols. Lettering on tags shall be % inch [6.5 mm] high. Tags shall be rectangular with smooth edges, and shall be fastened to the instrument with stainless steel mechanical fasteners or with a stainless steel chain. (City of Lubbock, Texas ) 01615 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 r PART 3 — EXECUTION Not used. End of Section (City of Lubbock, Texas ) 01615 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 ***Page intentionally left blank*** r 9 Section 01650 STARTUP REQUIREMENTS 1. SCOPE. This section covers startup requirements for all items of equipment and systems including mechanical equipment. Additional requirements may be specified in specific equipment specifications. The requirements of this section shall be satisfactorily completed prior to any field tests specified in the specific equipment sections. 2. GENERAL. Equipment shall not be operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results. All items of equipment and systems shall be tested for proper operation, efficiency, and capacity. All required adjustments, tests, operation checks, and other startup activity shall be provided by qualified personnel. Contractor shall be responsible for planning, supervising, and executing the installation of Work. 2.01. Coordination. Contractor shall coordinate all tests related to startup of equipment and systems and shall report the results to Engineer in accordance with the submittals section. Contractor shall accept the equipment and the test results related to starting of equipment and systems before Engineer will accept the equipment and the test results. When equipment is ready for a witness test, Contractor shall give written notice 1. to Engineer at least 14 days before any offsite witness testing is performed or any field witnessed performance testing, unless otherwise specified. 3. EQUIPMENT TESTS. 3.01. Factory Tests. When specified in the specific equipment sections, the equipment will be test run at the point of manufacture and the test results will be delivered to Engineer. Such equipment will not be shipped until Engineer has reviewed the test results and advised the Contractor, in writing, that the equipment is acceptable for shipment. Such acceptance, however, will not be considered as final acceptance, which will only be made on the basis of the test results of the equipment after installation. 3.02. Preliminary Field Tests. All items of mechanical equipment shall be given a preliminary field test by Contractor after installation for proper operation, efficiency, and capacity. The preliminary field test shall consist of the requirements listed herein, unless exceptions or additions are indicated in the specific equipment sections. (City of Lubbock, Texas ) 01650 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Contractor's test operation of each piece of mechanical equipment shall continue for not less than 8 hours without interruption. All moving parts of equipment and machinery shall be carefully tested for operation, and adjusted so all parts move freely and function to secure satisfactory operation. All equipment shall be tested continuously under actual or simulated operating conditions. All parts shall operate satisfactorily in all respects, under continuous full load and in accordance with the specified requirements, for the full duration of the 8 hour test period. If any part of a unit shows evidence of unsatisfactory or improper operation during the 8 hour test period, correction or repairs shall be made and the full 8 hour test operation, as specified, shall be completed after all parts operate satisfactorily. Tests of all process and pumping equipment, drive motors, including auxiliaries shall be made in accordance with the appropriate and approved test codes such as the American Society of Mechanical Engineers, Hydraulic Institute Standards, and IEEE. Tests shall be conducted after the Work is substantially complete so each item of equipment is ready for integrated operation with other equipment at the plant. Testing, measuring, and calibrating procedures shall be submitted to Engineer for review and acceptance prior to startup and testing of equipment. The equipment shall be properly filled, by Contractor, with oil and grease, and Contractor shall furnish all power, personnel, water, chemicals, fuels, oil, grease, and auxiliaries necessary for conducting the testing of the equipment for proper operation, efficiency, and capacity. The period of inspection, initial startup operation, and field adjustment shall be as needed to achieve satisfactory installation and operation of the items furnished. Any period required for instruction of Owner's personnel shall be as specified in the Contract Documents. When the specific equipment sections indicate that an installation check is required by the equipment manufacturer, the manufacturer's representative will make all necessary field adjustments and correct defects in materials or workmanship during this test period. All equipment installed under this Contract, including that furnished by others, shall be placed into successful operation according to the written instructions of the equipment manufacturer and the instructions of the manufacturer's field representative. 3.03. Field System Operation Test. After all equipment is installed and the entire plant or system is ready to operate, Contractor shall conduct a held system operation test. The test shall consist of the requirements listed herein, unless exceptions or additions are indicated in the specific equipment sections. (City of Lubbock, Texas ) 01650 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 The test period shall be at least 7 days, and each system shall operate under actual or simulated operating conditions before a certificate of Substantial Completion of the Work is issued. All defects of material, workmanship, or equipment which appear during this test period shall be corrected by Contractor. After such corrections are made, the 7 day test shall be repeated before a certificate of Substantial Completion of Work is issued, unless waived by Engineer. Contractor shall supply all power, water, oil, grease, auxiliaries, and operating personnel required for this operation test. When necessary for certain items of equipment, the final adjustments and inspections will be made by factory trained service personnel (other than sales representatives), rather than by Contractor. The service personnel will also supervise the test operation. This requirement will be stated under the detailed specification for the particular piece or pieces of equipment. The manufacturer's service personnel will make adjustments and supervise testing by Contractor until such tests have been accepted by Engineer. 4. ACCEPTANCE. When no other field tests for acceptance are specified in the equipment sections, at the end of the field system operation testing, each system will be accepted if, in the opinion of Engineer, it has operated satisfactorily without excessive power use, wear, or need for lubrication, or requiring undue attention; and if all its rotating parts operate without excessive vibration or noise at any operating condition. When other field tests for acceptance are specified in the equipment sections, acceptance shall be after all tests are satisfactorily conducted as specified in the appropriate equipment procurement specification. When a field performance test for baseline is specified in the equipment sections, acceptance shall be after a completion of the baseline performance test that is conducted as specified in the pumping unit field testing - baseline performance section. Acceptance of Work in connection with the installation of equipment furnished by others will be subject to approval of the manufacturer's field representative. Acceptance by Owner or approval of the manufacturer's field representative will not relieve Contractor of responsibility for defective Work. End of Section (City of Lubbock, Texas ) 01650 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 ***Page intentionally left blank*** I.' Section 02050 DEMOLITION PART 1 - GENERAL 1-1. SCOPE. This section covers the demolition of existing structures, equipment, and the salvage of existing materials as indicated on the Drawings and as specified herein. 1-2. GENERAL. Contractor shall be responsible for all work under this section. Contractor shall provide 14 days written notice prior to beginning demolition activities. All structures and facilities of the existing Blower Building which are not to be removed must remain in continuous operation during the work. Demolition and salvage work shall create minimum interference with Owner's operations and minimum inconvenience to Owner. Contractor shall provide protection and safety of all roadways, sidewalks, and all accessible areas during demolition activities. Blasting will not be permitted. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3-1. DEMOLITION. Removal of equipment or facilities shall include removal of - all accessories, piping, wiring, supports, associated electrical starters and devices, baseplates and frames, and all other appurtenances, unless otherwise directed. Existing materials and equipment removed, and not indicated to be reused as a part of the Work, shall become Contractor's property unless otherwise specified, and shall be removed from the Site. Contractor shall conduct demolition activities in a manner that prevents damage to existing facilities which are indicated to remain and shall provide all necessary protection for existing facilities. Any remaining facilities damaged during demolition shall be repaired by Contractor to a condition equal to or better than the original condition. (City of Lubbock, Texas ) 02050 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 When demolition is complete, all debris shall be removed from the Site and the Site graded to the lines and grades indicated on the Drawings. 3-1.01. Structure Demolition. The following structures at the Blower Building shall be demolished, and the debris shall be removed from the jobsite. Portions of west wall CMU block to accommodate damper installation 3-1.02. Piping and Equipment Demolition. The following piping and equipment shall be removed and shall become the property of Contractor. All such items shall be promptly removed from the jobsite. Six skylights 3-1.03. Sitework Demolition. Not used. 3-2. SALVAGE. 3-2.01. Items To Be Salvaged by Owner. Not used. 3-2.02. Items To Be Salvaged by Contractor. Removed and salvaged equipment or facilities shall include removal and salvage of all accessories, piping, wiring, supports, associated electrical starters and devices, baseplates and frames, and all other appurtenances, unless otherwise directed. Existing materials and equipment removed, and not reused as a part of the work, shall become Contractor's property unless otherwise specified, and shall be removed from the jobsite. The following items shall remain Owner's property and shall be delivered to Owner by Contractor in good condition at the delivery points indicated: Item Location 9 Acoustic panels west interior wall Delivery Point Coordinate with Owner Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment specified herein or indicated to be salvaged and to remain the property of Owner. Contractor shall store and protect salvaged items specified or indicated to be reused in the work. Any items damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by Contractor in kind or with new items. End of Section (City of Lubbock, Texas ) 02050 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 Section 03300 CAST -IN -PLACE CONCRETE Data Sheet Para- Description Data graph 1-2 Concrete classification, classes. W Al Liquid -containing FF A2 Small Aggregate P A3 Non -liquid containing V, A4 Mortar Puddle r A5 Drilled Pier R' B Exteriorflatwork' r- C Architectural I✓`. 131 Ductbanks, blocking, etc. r D2 Underwater r D3 Massie r D4 Pan stair 17 D5 Wash water trough P D6 Composite topping We D7 Lean 2-1.03 Fly ash. Allowed Not allowed 2-2 Required 2-1.10 Fiber concrete required. If "Yes", indicate locations. (7 Yes a No 2-2 Fiber concrete locations. 2-1.15 Mineral colored concrete required. If "Yes", indicate locations. 4" f Yes No 2-2 Mineral colored concrete locations. 2-2 Cement. i'° Type I, Type II, or Type Ilil f+' Type II or Type Ill( Type V (.--'Other If "Other selected, identify. 2-2 Low alkali cement. 0 Required ("°" Permitted (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 r z Section 03300 CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1-1. SCOPE. This section covers procurement of all cast -in -place concrete, including concrete materials, limiting requirements, mixture design, and performance requirements, and delivery to the site through discharge at the end of the delivery truck chute. 1-1.01. Terminology. When the phrase "as required" is stated in this section, it shall mean, "as required in the attached Data Sheet" or "as required in Tables 1 A, 1 B, 2A and 2B." 1-2. GENERAL. All cast -in -place concrete shall be as specified herein. 1-2.01. Concrete Classifications. Concrete classifications shall be defined and used as indicated for the following classes: Concrete Classifications A. Structural Concrete Class Class Description Al. Not Used A2. Not Used. A3. Concrete for Non -Liquid Containing Structures; footings, foundations, manholes, catch basins, pan -formed joists, and all other structural concrete other than for liquid containing structures. A4. Not Used A5. Not Used. Drilled Pier Concrete. B. Exterior Flatwork Concrete C. Not Used. Architectural Concrete D. Miscellaneous Concrete D1. Ductbanks, Pipe Blocking, Concrete Fill, and Pipe Encasement (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 f A. Structural Concrete Class Class Description D2. Not Used. Underwater Concrete D3. Not Used. Massive Concrete D4. Not Used, Pan Stairs Concrete D5. Not Used. Wash Water Troughs Concrete D6. Not Used. Composite Topping Concrete D7. Lean Concrete 1-3. SUBMITTALS. 1-3.01. Drawings and Data. All submittals of drawings; manufacturers' certificates of compliance, recommendations, and test data; reports; catalog data sheets; and other data shall be in accordance with the submittals section, unless otherwise specified herein. As required, reports and certifications on proposed materials and mixture proportions for each concrete mixture design shall be submitted for review within 30 days after the preconstruction conference and prior to conducting the laboratory trial batches for each mixture design. 1-3.02. Manufacturer's Certificate of Compliance. A manufacturer's certificate of compliance, which includes the name of the project and copies of independent test results confirming compliance with specified requirements, shall be submitted to the Engineer for the following materials when used: Cement. Admixtures. Fly Ash. Fibers. 1-4. STORAGE AND HANDLING. Cement and fly ash shall be stored in suitable moistureproof enclosures. Cement and fly ash which have become caked or lumpy shall not be used. (City of Lubbock, Texas ) 03300 f (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 e Aggregates shall be stored so that segregation and the inclusion of foreign materials are prevented. The bottom 6 inches of aggregate piles in contact with the ground shall not be used. PART 2 - PRODUCTS 2-1. LIMITING REQUIREMENTS. Unless otherwise specified, each concrete mixture shall be designed and controlled, within the following limits, to provide a dense, durable concrete suitable for the expected service conditions. Concrete materials shall be selected and concrete shall be proportioned, batched, mixed, and delivered in a manner that will minimize shrinkage and cracking as specified herein, and as required in accordance with Chapters 3 and 8 of ACI 224R. Concrete temperatures shall be controlled before and until delivery at the end of the delivery truck chute to minimize cracking. Any rise in concrete temperature caused by environmental conditions that will be conducive to excessive shrinkage shall be controlled. For each class of concrete, each concrete mixture shall be designed and concrete shall be controlled within the limits in the specification and in Tables 1A and 1 B. 2-1.01. Cement Content Limits. The minimum quantity of portland cement in the concrete, unless fly ash is used, shall be as indicated in Tables 1A and 1B. The minimum cement quantities indicated in Tables 1A and 1 B shall apply to all concrete containing a water -reducing admixture. Maximum cement content, when ASTM C150 Type I cement is used, shall not be more than 1.15 times the minimum cement content specified. When a Type 11, Type 1/11, or Type V cement is used, the cement content shall not be increased more than necessary to achieve the required f'cr. 2-1.02. Maximum Water-Cementitious Material Ratio. The maximum water - cement ratio shall be on a cement mass basis, or, if fly ash is used, the combined mass of cement plus fly ash shall be used to determine the water-cementitious materials ratio. Limiting maximum water -cement ratios are indicated in Tables 1 A and 1 B. 2-1.03. Fly Ash Content. As required, Contractor may substitute fly ash for up to the percentage of the portland cement indicated in Tables 1A and 1 B and not less than 15 percent, on the basis of 1.0 Ibs of fly ash added for each lb of cement reduction. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-1.04. Aggregates. Aggregates shall comply with ASTM C33 except as specified herein. Fine aggregate shall be clean natural sand. Artificial or manufactured sand will not be acceptable. Coarse aggregate shall be crushed rock, washed gravel, or other inert granular material, meeting Class 4S requirements, except that clay and shale particles shall not exceed values indicated in Tables 1A and 1 B. When ASTM C33 gradations are specified, final gradation of the coarse aggregate shall conform to maximum nominal size grading requirements of ASTM C33, when one size of aggregate or a combination of two or more sizes is used. Aggregates used in concrete shall have a combined aggregate distribution similar to the aggregates used in the concrete trial mixtures. Reports of individual aggregates shall include sieve sizes 1-1/2 inch, 1 inch, 3/4 inch, 1/2 inch, 3/8 inch, No. 4, No. 8, No. 16, No. 30, and No. 50 in accordance with ASTM El 1. When available aggregates are elongated or slivered and cause interference with mixture mobility, or available aggregate gradations will not comply with the 18-8 requirement and when permitted by Engineer, the combined aggregate percentages may be changed to not more than 22 percent nor less than 6 percent retained on any individual sieve. Specified sand equivalent for fine aggregate shall be not less than indicated in Tables 1 A and 1 B for an average of 3 samples tested in accordance with ASTM D2419. The maximum coarse aggregate content consistent with workability and minimizing shrinkage shall be used in the mixture. To comply with the specified concrete shrinkage test requirements, the clay and shale content of the aggregates may need to be reduced by washing the aggregate. 2-1.05. Ratio of Fine to Total Aggregates. The ratio of fine to total aggregates, based on solid volumes (not weights), shall be as follows: Coarse Aggregate Size Minimum Ratio Maximum Ratio 3/8 inch 0.45 0.60 1/2 inch 0.40 0.55 3/4 inch 0.35 0.50 1 inch 0.30 0.46 1-1/2 inch 0.25 0.40 (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-1.06. Slump. Concrete slump shall be kept as low as possible, consistent with proper handling and thorough consolidation. Unless otherwise noted, required, or authorized by Engineer, slump shall be at least 2 inches and shall not exceed the maximum slump as indicated in Tables 1A and 1 B. When superplasticizer is dispensed at the ready -mix plant, the concrete mixture design shall be based on a maximum slump as indicated in Tables 1A and 1131; and when superplasticizer is dispensed at the site, slump shall not exceed the maximum slump as indicated in Tables 1A and 1B before superplasticizer is added. 2-1.07. Initial Set. The initial set, as determined by ASTM C403, shall be attained 5-1/2 hours t1 hour after the water and cement are added to the aggregates for each concrete mixture. The quantity of retarding admixture shall be adjusted to compensate for variations in temperature and job conditions. 2-1.08. Total Air Content. The total volumetric air content of concrete after placement shall be as indicated in Tables 1A and 1 B, and within t1 percent. Air - entraining admixture may be omitted from concrete for interior slabs which are to be trowel finished, and from Classes D1, D2, and D7 concrete. 2-1.09. Admixtures. Unless otherwise acceptable to the Engineer, all admixtures shall be from one manufacturer and shall be compatible. Admixtures that are compatible with other admixtures and concrete materials shall not have an adverse affect on the required properties of the concrete nor the specified limiting requirements. The admixture content, batching method, and time of introduction to the mixture shall comply with these specifications and with the manufacturer's recommendations for minimum shrinkage. The admixture manufacturer shall provide qualified field services as necessary, at no additional cost to Owner. Admixtures used in the concrete shall minimize shrinkage and shall be as recommended in writing by the admixture manufacturer prior to conducting the laboratory trial concrete mixture testing and the shrinkage test. No calcium chloride nor admixture containing chloride from sources other than residual impurities in admixture ingredients will be permitted. Admixtures classified as Class 1 in ACI 212R or containing unrefined or raw lignosulfonic acids ("lignins") or their salts will not be acceptable. Combination of admixtures which cause premature or local dehydration or post - compaction settlement of the concrete surface shall not be used. If any such undesirable characteristics are observed, the use of the mixture shall be discontinued and an alternate mixture design used. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 A water -reducing admixture shall be included in all concrete, except Classes D1 and D7 concrete. A superplasticizer shall be used in all liquid -containing (Class Al) concrete and shall be used in small aggregate (Class A2) concrete that is placed in liquid -containing structures. Unless otherwise required, a mid -range plasticizing admixture or a superplasticizer may be used, at the option of Contractor, in all other concrete except Classes D1 and D7. When a mid -range plasticizing admixture is used as a superplasticizer or when a superplasticizer is used, the admixture manufacturer shall recommend to Engineer, in writing, the type of superplasticizer to be used with the required water -reducing admixture to achieve the specified initial -set times. Superplasticizer may be dispensed into the concrete at the plant or on the job site and shall be mixed in accordance with the admixture manufacturer's recommendations. Each superplasticizer dose, when dispensed at the site, shall be easily verifiable and recorded on the delivery ticket. The superplasticizer for each load shall be accurately proportioned into a separate container prior to dispensing the admixture into the concrete. When truck -mounted dispensers are used, the system shall not be flushed or cleaned with water until after the entire load of concrete has been discharged. When permitted by Engineer, redosing of concrete with superplasticizer shall be done only once. Redosing procedures shall be as recommended by the admixture manufacturer. 2-1.10. Fiber Concrete. Not Used. 2-1.11. Strength. In addition to the other limiting requirements to achieve durability and minimize shrinkage, the minimum acceptable compressive strengths ofconcrete tested at the end of the delivery truck chute using 4 by 8 inch site -cast cylinders, as determined by ASTM C39, shall be as indicated in Tables 1 A and 1 B. Adequate test cylinders taken at the point of placement will also be made to verify that the construction contractor's concreting procedures comply with applicable industry standard procedures. 2-1.12. Pumped Concrete. Coarse aggregate size for pumped concrete mixtures shall be limited to a maximum of 1-1/2 inch. The slump of concrete, with or without a superplasticizer, that is discharged into the pump may exceed the specified maximum slump value by the amount of slump loss in the pumping system, up to a maximum of 1 inch. The slump loss shall be determined by tests made at each end of the pumping system. 2-1.13. Water -Soluble Chloride. Maximum water-soluble chloride ion concentrations in hardened concrete at an age of 28 days shall not exceed the (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -7- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 E_ t li limits expressed as a percentage of mass of cement as indicated in Tables 1A and 1 B. Test results shall be reported as the percentage of water-soluble chloride ions in the concrete and as a percentage of chloride ion relative to the mass of cement in the concrete. Testing of the concrete components, except aggregates, for water-soluble chloride ions will be done at the discretion of Contractor. Copies of the reports on such tests shall be furnished to Engineer. The hardened concrete and each gradation of aggregate used in the concrete shall be tested each time a chloride ion test is conducted on a concrete mixture. 2-1.14. Laboratory Shrinkage Limits. Not Used 2-1.15. Mineral Colored Concrete. Not Used. 2-1.16. Concrete Mixtures. 2-1.16.01. Structural Concrete. All Class A concrete shall be structural concrete that conforms to all specified limiting requirements in Tables 1 A and 1 B and this specification. 2-1.16.02. Small Aggregate Concrete. Structural small aggregate concrete shall be used in all areas where the clear distance between reinforcement, conduit, or embedded items is less than the least dimension of coarse aggregate particles in the structural concrete. Structural small aggregate concrete shall conform to all specified limiting requirements, except maximum nominal size of coarse aggregate. Maximum nominal size of coarse aggregate shall be 1/2 inch for concrete mixtures to be placed and consolidated in portions of structures congested with reinforcing steel, conduits, and embedded items. 2-1.16.03. Miscellaneous Concrete for Pipe Blocking, Pipe Encasement, Concrete Fill and Duct Banks. Concrete for buried pipe blocking, pipe encasement, concrete fill, and duct banks shall conform to the limiting requirements in Tables I and 1B. 2-1.16.04. Underwater Concrete. Not used. 2-1.17. Cold Weather Concrete. Except as modified herein, cold weather concrete shall comply with ACI 306R. The temperature of concrete at the point of delivery at the end of the delivery truck chute shall be not less than that indicated in ACI 306R for corresponding outdoor temperature (in shade) at the time of placement: (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -8- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 z f When delivered, heated concrete shall be not warmer than 80°F. 2-1.18. Hot Weather Concrete. Except as modified herein, hot weather concrete shall comply with ACI 305R. At air temperatures of 90OF or above, concrete shall be kept as cool as possible before and during delivery. The temperature of the concrete at the time of delivery at the end of the delivery truck chute shall not exceed the values indicated in Tables 1A and 1 B. 2-2. MATERIALS. Cement Fly Ash Aggregates, Fine and Coarse Water Admixtures Water Reducing/Normal Set Water Reducing/Retarding Air -Entraining Superplasticizing/ Normal Set ASTM C 150, Type 11 or Type 1/11. Low Alkali. ASTM C618, Class C that passes ASTM C1012 testing for moderate sulfate resistance, except loss on ignition shall not exceed 4 percent. As specified in Limiting Requirements paragraph. Potable. ASTM C494, Type A, except as otherwise specified herein. ASTM C494, Type D, except as otherwise specified herein. ASTM C260; Grace "Daravair" or "Air- Tite", Master Builders "MB-VR" or "AES", or Sika Chemical "AER". ASTM C494, Type F, extended slump life type, except as otherwise specified herein; Grace "Daracem" or "Adva", or Master Builders "Reobuild 1000", or "Prokrete PSP-L". Superplasticizing/ Retarding ASTM C494, Type G, extended slump life type, except as otherwise specified herein; Grace "Daracem" or Master Builders "Reobuild 716". Reinforcing Steel ASTM A615, Grade 60, deformed (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -9- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-3. PROPORTIONING. 2-3.01. Mixture Design. Using concrete materials acceptable to Engineer, a tentative concrete mixture shall be designed and tested in the laboratory for each size and combined gradation of aggregates and for each consistency as indicated and intended for use on the work and as specified. As required, concrete proportions shall be established based on laboratory trial mixtures that meet the following requirements: a. The combination of materials shall be as proposed for use in the work. b. Mixtures shall conform with the limiting requirements specified herein. C. The required average compressive strength, f'cr, of the trial mixture, using 6 X 12 cylinders, shall exceed the specified minimum acceptable compressive strength, f'cr, as required in Tables 1A and 1 B. d. Trial mixtures of the proportions and consistencies specified for the work shall be prepared. When a three point curve is required by Tables 2A and 26, the three concrete trial mixtures shall reflect the cement content proposed for the project and for the indicated concrete class at three water-cementitious material ratio contents at or lower than indicated in Tables 1A and 1B. The compressive strength of the cylinders made from the three trial mixtures shall produce a range of compressive strengths exceeding or encompassing the f'cr required for the work. e. For each proposed concrete mixture that is required to be tested as indicated in Tables 2A and 26, at least three 6 by 12 inch compressive strength test cylinders shall be made for each age. Each change in the water-cementitious materials ratio shall be considered a new concrete mixture. Each mixture shall be tested at the ages of 7 days and 28 days with two test cylinders broken at 28 days. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -10- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 f. When a three point curve is required, the results of the cylinder tests for each water-cementitious materials ratio at each age shall be plotted as a curve showing the relationship between compressive strength (along y-axis) and the water-cementitious materials ratio (along x-axis). The water-cementitious materials ratio for the concrete mixture to be used in the work shall be selected from the 28 day curve to produce the required average compressive strength. The cement content and mixture proportions to be used shall be such that the selected water- cementitious materials ratio will not be exceeded at specified maximum slump. These concrete mixture proportions shall be submitted for review in accordance with the submittals section. Mixtures shall be adjusted in the field as necessary, within the limits specified, to meet the requirements of these specifications. 2-3.02. Preliminary Review. Reports covering the source and quality of concrete materials and the concrete proportions proposed for the work shall be submitted to Engineer for review before performing the required trial mixture designs and before concrete work is started. The reports required shall be as indicated in Tables 2A and 213. Review of these reports will be for general acceptability only, and continued compliance with all contract provisions will be required. 2-3.02.01. Aggregate Reports. Reports on aggregates shall include the information listed in Tables 2A and 26. Aggregate reports shall be project specific and shall be no more than 90 days old at time of submittal. 2-3.02.02. Mixture Design Report. Design quantities and test results on each mixture shall be submitted for review and shall be accepted before concrete work is started. The report on each tentative concrete mixture and on the proposed concrete mixture shall contain the information in Tables 2A and 26, and shall be submitted to Engineer. 2-3.02.03. Mixture Design Testing. As stipulated in the Quality Control section, all tests and reports required for preliminary review shall both be made by an independent testing laboratory at the expense of Contractor specifically for this project. All materials shall be tested in accordance with the specified test methods and reports for these tests shall be prepared specifically for this project. If the source of any concrete materials is changed during the contract, the materials and the new mixture design shall be tested in accordance with the specified preliminary review requirements and reports shall be submitted for review. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -11- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 - Aggregates shall be sampled and tested in accordance with ASTM C33. In addition, the bulk specific gravity of each aggregate shall be determined in accordance with ASTM C127 and ASTM C128. Concrete test specimens shall be made, cured, and stored in accordance with ASTM C192 and tested in accordance with ASTM C39. Slump shall be determined in accordance with ASTM C143. Total air content shall be determined in accordance with ASTM C231 and verified in accordance with ASTM C138. Concrete temperature shall be determined in accordance with ASTM C1064 and unit weight (mass) shall be determined in accordance with ASTM C138. Water-soluble chloride ion shall be determined in accordance with ASTM C1218. A preliminary test on a trial batch shall be conducted at the project site, using the proposed superplasticizer in the accepted mixture design to determine the correct dosage. When superplasticizer is not included in the trial mixture, the trial batch tested at the site shall be used to determine compatibility of the superplasticizer with the other materials used in the concrete, including the other admixtures. 2-4. ARCHITECTURAL CONCRETE. Not used. 2-5. BATCHING AND MIXING. Concrete shall conform to ASTM C94 and shall be furnished by an acceptable ready -mixed concrete supplier. 2-5.01. Consistency. The consistency of concrete shall be suitable for the placement conditions. Aggregates shall float uniformly throughout the mass, and the concrete shall flow sluggishly when vibrated or spaded. The slump shall be kept uniform. 2-5.02. Delivery Tickets. A delivery ticket shall be prepared for each load of ready -mixed concrete and a copy of the ticket shall be handed to Engineer by the truck operator at the time of delivery. Tickets shall indicate the name and location of Contractor, the project name, the mixture identification, the quantity of concrete delivered, the quantity of each material in the batch, the outdoor temperature in the shade, the time at which the cement was added, and the numerical sequence of the delivery. PART 3 — EXECUTION 3-1. CONTRACTOR'S ON GOING MATERIAL CONTROL TESTING. The following tests and the test reports are required during the progress of the work (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -12- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 and shall be made at the expense of Contractor. The frequency specified herein for each field control test is approximate and subject to change as determined by Engineer. 3-1.01. Aggregate Gradation. Each 200 tons of fine aggregate and each 400 tons of coarse aggregate and at least once every 6 months, aggregates shall be sampled and tested in accordance with ASTM D75 and C136. 3-1.02. Sand Equivalent. The sand equivalent test shall be conducted each time the sand gradation tests are conducted. 3-1.03. Fly Ash. Each 400 tons of fly ash shall be sampled and tested in accordance with ASTM C618 and C311. Contractor shall supply Engineer with certified copies of supplier's (source) test reports showing chemical composition and physical analysis for each shipment delivered to Contractor and certifying that the fly ash complies with the specifications. The certificate shall be signed by both the fly ash supplier and Contractor. 3-1.04. Cement. Contractor shall supply Engineer with certified copies of supplier's (source) test reports showing chemical composition and physical analysis for each shipment delivered to Contractor, and certifying that the cement complies with ASTM C150 and these specifications. The certificate shall be signed by both the cement manufacturer and Contractor. 3-2. OWNER'S FIELD CONTROL TESTING. Field control tests, including aggregate gradation (if needed), slump, air content, and making compression test cylinders, shall be performed by testing laboratory personnel. Contractor shall provide all facilities and the services of one or more employees as necessary to assist with the field control testing. As stipulated in the quality control section, tests required during the progress of the work shall be made at the expense of Owner. The frequency specified herein for each field control test is approximate and subject to change as determined by Engineer. Engineer may require field testing prior to the addition of superplasticizer at the site to determine compliance with the specifications. Field testing after the addition of superplasticizer shall be conducted as specified and as needed to determine that the concrete is in compliance with the specifications. Air tests shall be conducted whenever field tests are conducted. 3-2.01. Slump. A slump test shall be made for each 50 cubic yards of concrete. Slump shall be determined in accordance with ASTM C143. 3-2.02. Air Content. An air content test shall be made on concrete from one of the first three batches mixed each day and on concrete from each batch of concrete from which concrete compression test cylinders are made. Air content (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -13- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 shall be determined in accordance with ASTM C231 and verified in accordance with ASTM C138. - 3-2.03. Unit Weight. Not used. 3-2.04. Concrete Temperature. A concrete temperature test shall be made on concrete from the first batch of concrete mixed each day and on concrete from each batch of concrete from which concrete compression test cylinders are made. Concrete temperature shall be determined in accordance with ASTM C1064. 3-2.05. Water -Soluble Chloride Ion. Not used. 3-2.06. Compression Tests. One set of four concrete compression test cylinders shall be made each day when 25 to 50 cubic yards of concrete is placed. One additional set of test cylinders shall be made from each additional 50 cubic yards, or major fraction thereof, placed in any one day. Two cylinders of each set shall be tested at an age of 7 days and the remaining cylinders shall be tested at an age of 28 days. Test cylinders shall be 4 inches in diameter by 8 inches high and shall be made, cured, stored, and delivered to the laboratory in accordance with ASTM C31 and tested in accordance with ASTM C39. Each set of compression test cylinders shall be marked or tagged with the date and time of day the cylinders were made, the location in the work where the concrete represented by the cylinders was placed, the number of the delivery truck or batch, the air content, the slump, the unit weight, and the concrete temperature. 3-2.07. Shrinkage Tests. Not used. 3-2.08. Test Reports. Five copies of each test report shall be prepared and distributed by the testing laboratory to the Resident Project Representative (two copies), Engineer, and Contractor, in accordance with the quality control section. 3-3. EVALUATION AND ACCEPTANCE OF CONCRETE. Concrete will be evaluated for compliance with all requirements of the specifications. Concrete strength will be only one of the criteria used for evaluation and acceptance of the concrete. The results of all tests performed on the concrete and other data and information concerning the procedures for handling, placing, and curing concrete will be used to evaluate the concrete for compliance with the specified requirements. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -14- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Compression tests will be evaluated in accordance with ACI 318 and as specified G herein. A strength test shall be the average of the compressive strengths of two cylinders made from the same concrete sample tested at 28 days. 3-3.01. Compression Test Evaluation. Compressive strength test results will be evaluated for compliance with the specified strength requirements. The strength level of the concrete will be considered satisfactory when the averages of all sets of three consecutive strength tests equal or exceed the specified compressive strength, f', and no individual strength test result falls below the specified compressive strength by more than 500 psi. 3-3.02. Inspection of Concrete Supplier. Both scheduled and unscheduled visits by inspectors on days of concrete pours shall be accommodated. Inspectors �- shall be allowed access to mix tickets and mix proportions. TABLE 1A - LIMITING REQUIREMENTS Concrete Classification A B C Concrete Class Al A2 I A3 I A4 I A5 1. Minimum Cement Content, Ibs/cubic yard; based on maximum slump and maximum water-cementitious material ratio. Maximum Nominal Aggregate Size, ASTM C33 aggregate A Size No. 467 (1-1/2") —_ . ___ __ __ __ -- --- B Size No. 57 (1 ") 536 --- 514 -- 460 489 514 C Size No. 67 (3/4") 564 --- 526 --- 480 514 526 D Size No. 7 (1/2") 584 601 555 --- 500 526 555 E Size No. 8 (3/8") 601 636 564 --- 520 555 564 F Fine Aggregate, (Sand) --- --- --- 750 -- --- --- 2. Compressive Strength, minimum; psi A Field, 7 days; 3,375 3,000 3,000 3,000 3,000 3,000 3,000 B Field, 28 days; f'c 4,500 4,000 4,000 4,000 4,000 4,000 4,000 C Laboratory, 28 days; f cr 5,200 5,200 5,200 5,200 5,200 5,200 5,200 3. Maximum water- cementitious material ratio 0.40 0.45 0.45 0.45 0.45 0.48 0.45 4. Maximum coarse aggregate size. 1 1/2 1 Sand 1 1 1 5. Aggregate gradation requirements (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -15- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN.140092 ) April 30, 2012 TABLE 1A - LIMITING REQUIREMENTS Concrete A B C Classification Concrete Class Al A2 A3 A4 A5 A ASTM C33 --- Yes Yes Yes Yes Yes Yes maximum nominal aggregate size gradation required. B 18-8" combined Yes --- --- --- -- --- --- gradation required. 6. Maximum slump, inches A Slump before super- 3 3 4 6 6 4 3 plasticizer added B Slump after adding 8 8 8 8 8 8 8 superplasticizer 7. Air entrainment, 6 6 6 6 6 6 6 percent, (±1 percent) 8. Maximum fly ash 25 25 25 22 30 25 25 replacement, percent 9. Testing limits A Sand equivalent, 75 75 75 75 75 75 75 min. percent B Chloride ion, max. 0.10 0.10 0.15 0.10 0.30 0.15 0.10 percent C Shrinkage, max. percent; based 4 x 4 x 11 inch specimen Laboratory 0.036 0.036 0.048 --- --- 0.048 0.046 Field 0.048 0.048 0.064 --- -- 0.064 0.064 D Coarse Aggregate: 1 1 1 1 1 3 2 Clay and shale combined particles shall not exceed, max. percent 10 Concrete Temperature, max. OF A Temperature at time 85 85 90 85 90 95 85 of delivery, max. B Temperature at time 85 85 90 85 90 95 85 of placement, max. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -16- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 TABLE I - LIMITING REQUIREMENTS Concrete D Classification Concrete Class D1 D2 I D3 I D4 I D5 D6 I D7 1. Minimum Cement Content, Ibs/cubic yard; based on maximum slump and maximum water-cementitious material ratio. Maximum Nominal Aggregate Size, ASTM C33 aggregate A Size No. 467 (1-1/2") -- 600" 480 --- --- --- 380 B Size No. 57 (1") 460 620" 500 --- --- 536 400 C Size No. 67 (3/4") 480 640" 520 --- --- 564 420 D Size No. 7 (1/2") 500 660" 555 900 584 584 440 E Size No. 8 (3/8") 520 680" --- 900 601 601 460 2. Compressive Strength, minimum; psi A Field, 7 days; 2,250 3,000" 3,000 3,000 3,000 3,000 1,500 2,000 B Field, 28 days; A 3,000 4,000" 4,000 4,000 4,000 4,000 2,000 2,500 C Laboratory, 28 days; 3,200 5,200" 4,800 4,400 5,200 5,200 2,000 f ocr 2,800 3. Maximum water- 0.65 0.45 0.50 0.40 0.45 0.45 0.75 cementitious 0.408 material ratio 4. Maximum coarse 1" 1-1/2" 1-1/2" 1/2" 1/2" 1" 1-1/2" aggregate size; inches. 5. Aggregate gradation requirements A ASTM C33 Yes Yes Yes Yes Yes Yes Yes maximum nominal aggregate size gradation required. B "18-8" combined --- --- --- --- --- --- aggregate gradation required. 6. Maximum slump, inches A Slump before 5 6 5 4 4 4 6 superplasticizer added (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -17- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 TABLE 1 B - LIMITING REQUIREMENTS Concrete D Classification Concrete Class D1 D2 D3 D4 D5 D6 D7 B Slump after adding 8 9 8 8 8 8 10 superplasticizer 7. Air entrainment, -- --- 4 4 6 4 -- percent (t1 percent) 8. Maximum fly ash 30 25 30 30 35 25 30 replacement, percent 9. Testing limits A Sand equivalent, --- 75 75 75 75 75 --- min. B Chloride ion, max. 0.30 0.30 0.30 --- 0.15 0.15 0.30 percent C Shrinkage, max. percent; 4 x 4 x 11 inch specimen Laboratory --- 0.048 --- --- --- 0.048 -- Field --- 0.064 --- --- -- 0.064 - D Coarse Aggregate: 10 1 5 3 1 2 3 Clay and shale combined particles shall not exceed, max. percent 10 Concrete temperature, max °F A Temperature at time 95 95 90 90 85 85 95 of delivery B Temperature at time 95 95 90 90 85 85 95 of placement NOTES: # "D2" (Underwater concrete) - Limit aggregate to 3/4" for reinforced concrete, up to 1-1/2" for unreinforced concrete. * "D2" (Underwater concrete).- Reduce cement content 100 lbs per cubic yard for each aggregate size listed for 2,500 psi. a "D5" Wash water trough top edge water -cement ratio, 100 percent sand passing No. 8 sieve. (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -18- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 TABLE 2A - SUBMITTAL REQUIREMENTS Concrete Class Al A2 A3 A4 A5 B C 1 Aggregate reports (ASTM C33) A Fine aggregate Source and type X X X X X X X Gradation X X X X X X X Deleterious materials X X X X X X X Fineness modulus X X X X X X X Alkali -aggregate reactivity X X X X X X X Sand equivalent X X X X X X X B Coarse aggregate Source and type X X X X X X X Gradation X X X X X X X Deleterious materials X X X X X X X Abrasion loss X X X X X X X Soundness test X X X X X X X Alkali -aggregate reactivity X X X --- X X X C Combined aggregate gradation X X X X X X X D "18-8" requirement X --- --- --- --- --- -- 2 Cement, mill report X X X X X X X 3 Cementitious material, type, data sheet, and test report (Fly Ash) X X X X X X X 4 Admixtures, data sheets and certifications for each, and a manufacturer's approval letter X X X X X X X 5 Mixture proportions, reports A Prior experience data --- --- --- --- X X --- B Job -specific trial mix X X X X X X X C Three point curves X X X --- --- --- X D Compressive strength at 7 and 28 days X X X X X X X E Mixture proportions report X X X X X X X Slump X X X X X X X Water content X X X X X X X Water-cementitious materials ratio X X X IX X X X (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -19- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 TABLE 2A - SUBMITTAL REQUIREMENTS Concrete Class Al A2 A3 A4 AS B C Brand, type, composition, and quality of cement X X X X X X X Brand, type, composition, and quality of fly ash X X X X X X X Specific gravity of each aggregate X X X X X X X Ratio of fine to total aggregates X X X --- X X X Air content X X X --- X X X Temperature X X X X X X X Unit weight X X X --- X X X Time of initial set at 70°F and 90°F. X X X X X X X 6 Water-soluble chloride ion, report X X X X X X X 7 Shrinkage, report X X --- --- --- X X 8 Field compression test evaluation reports taken at end of delivery truck chute X X X --- --- X X TABLE 2B - SUBMITTAL REQUIREMENTS Concrete Class --FD17 D2 D3 D4 D5 06 D7 1 Aggregate reports A Fine aggregate Source and type X X X --- X X --- Gradation X X X --- X X --- Deleterious materials X X X --- X X --- Fineness modulus --- X --- X X X --- Alkali-aggregate reactivity X X X --- X X X Sand equivalent --- X X X X X --- B Coarse aggregate Source and type X X X X X X X Gradation X X X X X X X Deleterious materials X X X X X X --- Abrasion loss --- X X --- X X --- Soundness test --- X X X X X --- Alkali-aggregate reactivity X X X --- X X X (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -20- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 TABLE 2B - SUBMITTAL REQUIREMENTS Concrete Class 131 D2 D3 D4 135 D6 D7 C Combined aggregate gradation X --- X X --- --- --- "18-8" requirement --- --- --- --- --- --- --- 2 Cement, mill report X X X X X X X 3 Cementitious material, type, data sheet, and test report (fly ash) X X X X X X X 4 Admixtures, data sheets and certifications for each, and a manufacturer's approval letter --- X --- X X X --- 5 Mixture proportions, reports A Prior experience data X --- X X X X X B Job -specific trial mix --- X --- --- --- --- --- C Three point curves --- X --- --- --- --- --- D Compressive strength at 7 and 28 days X X X X X X X E Mixture proportions report X X X X X X X Slump --- X --- X X X --- Water content X X X X X X --- Water-cementitious materials ratio X X X X X X --- Brand, type, composition, and quality of cement X X X X X X --- Brand, type, composition, and quality of fly ash X X X X X X X Specific gravity of each aggregate X X X X X X X Ratio of fine to total aggregates --- --- --- --- X X --- Air content --- --- X X X X --- Temperature X X X X X X X Unit weight --- X X --- X X --- Time of initial set at 70°F and 90°F. X X X X X X X 6 Water-soluble Chloride ion X X X --- X X --- 7 Shrinkage --- X --- --- X X --- 8 Field Compression Test Evaluation Reports taken at End of Delivery Truck Chute --- X X --- --- X --- End of Section (City of Lubbock, Texas ) 03300 (Southeast Water Reclamation Plant) -21- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 I Page Intentionally Left Blank *** Section 03600 GROUTING PART 1 - GENERAL 1-1. SCOPE. This section covers procurement and installation of grout. Unless otherwise specified, only nonshrink grout shall be furnished. Epoxy grouting of anchor bolts, threaded rod anchors, and reinforcing bars is covered in the anchorage in concrete and masonry section. Grouting of masonry is covered in the building masonry section. 1-2. SUBMITTALS. A letter of certification indicating the types of grout to be supplied and the intended use of each type shall be submitted in accordance with the Submittals Procedures section. 1-3.. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent damage of any kind. Materials shall be protected from moisture. PART 2 - PRODUCTS 2-1. MATERIALS. Nonshrink Grout Precision cementitious grout with demonstrated non -shrinking properties; L&M "Crystex", BASF "Masterflow 713 Plus" or "Masterflow 928", Sika "SikaGrout 328", Hilti "CB-G PG Precision Grout", or Five Star Products "Five Star Grout". Water Clean and free from deleterious substances. 2-2. CEMENTITIOUS GROUT. Cementitious grout shall be furnished factory premixed so that only water is added at the jobsite. 2-3. EPDXY GROUT. Epoxy grout shall be used in lieu of cementitious grout when required by the equipment manufacturer for performance or warranty requirements. Epoxy grout products and installation procedures shall be submitted to Engineer for approval. (City of Lubbock, Texas ) 03600 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 PART 3 - EXECUTION 3-1. PREPARATION. The concrete foundation to receive nonshrink grout shall be saturated with water for at least 12 hours preceding grouting unless additional time is required by the grout manufacturer. 3-2. INSTALLATION. 3-2.01. Mixing. Grout shall be mixed in a mechanical mixer. No more water shall be used than is necessary to produce a flowable grout. 3-2.02. Placement. Unless otherwise specified or indicated on the Drawings, grout under baseplates shall be 1-1/2 inches [38 mm] thick. Grout shall be placed in strict accordance with the directions of the manufacturer so that all spaces and cavities below the baseplates are completely filled without voids. Forms shall be provided where structural components of baseplates will not confine the grout. 3-2.03. Edge Finishing. In all locations where the edge of the grout will be exposed to view, the grout shall be finished smooth after it has reached its initial set. Except where shown to be finished on a slope, the edges of grout shall be cut off flush at the baseplate: 3-2.04. Curing. Nonshrink grout shall be protected against rapid loss of moisture by covering with wet cloths or polyethylene sheets. After edge finishing is completed, the grout shall be wet cured for at least 3 days and then an acceptable membrane curing compound shall be applied. End of Section (City of Lubbock, Texas ) 03600 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 �ay 4 I Section 05550 ANCHORAGE IN CONCRETE AND MASONRY Para- Description Data Units graph Stainless steel material. (74 Alloy Group 1 or 2 (304 or 316) ( Alloy Group 2 only (316 only) PART 1 - GENERAL 1-1. SCOPE. This section covers the procurement and installation of anchors in concrete and masonry. It includes cast -in -place anchor bolts, adhesive anchors, expansion anchors, undercut anchors, and reinforcing bars to be installed in concrete and masonry. 1-2. GENERAL. Unless otherwise specified or indicated on the Drawings all anchors and anchor bolts shall be cast -in -place anchor bolts with forged heads or embedded nuts and washers. Unless otherwise indicated, anchors and anchor bolts in concrete shall have a diameter of at least 3/4 inch [19 mm], and anchors and anchor bolts in masonry shall have a diameter of at least 1/2 inch [12.7 mm]. Unless otherwise indicated on the Drawings, anchors and anchor bolts used in the following locations and applications shall be of the indicated materials. Anchors and anchor bolts in other locations and applications shall be as indicated on the Drawings. Cast -In -Place Anchor Bolts. Submerged locations Locations subject to splashing Buried locations Anchorage of structural steel columns Other exterior locations Other interior locations (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) Stainless steel. Stainless steel. Stainless steel. Galvanized steel. Galvanized steel. Carbon steel. FINAL April 30, 2012 Adhesive, Expansion, and Undercut Anchors. Submerged locations Locations subject to splashing Buried locations Anchorage of structural steel columns Other exterior locations Other interior locations Stainless steel. Stainless steel. Stainless steel. Stainless steel. Stainless steel. Carbon steel. Adhesive, expansion, and undercut anchors may be used instead of cast -in - place anchors where specifically indicated or permitted on the Drawings or with the specific acceptance by Engineer. 1-3. SUBMITTALS. Data, catalog cuts, and ICC ESR reports indicating the manufacturer and types of adhesive anchors, expansion anchors, and undercut anchors to be supplied shall be submitted in accordance with the Submittals Procedures section. If Contractor requests use of products other than those indicated herein, calculations prepared by a registered professional engineer using methods and procedures required by the building code may be required as part of the submittal package. 1-4. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent damage or corrosion. Damaged materials shall be promptly replaced. Materials shall be shipped and stored in original manufacturer's packaging. PART 2 - PRODUCTS 2-1. MATERIALS. Materials shall be as indicated below. Anchor Bolts Carbon steel ASTM F1554, Grade 36 with compatible nuts. (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 fI 1 Galvanized steel ASTM F1554, Grade 36 with compatible nuts; hot -dip galvanized, ASTM F2329. Stainless steel Bolts, ASTM F593, Alloy Group 1 or 2; nuts, ASTM F594, Alloy Group 1 or 2. Flat Washers ANSI B18.22.1; of the same material as anchor bolts and nuts. Reinforcing Bars ASTM A615, Grade 60, deformed. Reinforcing Bars, weldable ASTM A706, Grade 60, deformed. Expansion Anchors in Concrete Products shall be single component anchors tested in accordance with ICC AC193, and shall have an ICC ESR report in compliance with the International Building Code (2006 or later edition). The anchors shall be approved for use in cracked concrete, and for resisting seismic forces. Hilti "Kwik-Bolt TZ", ITW Red Head "Trubolt+", Powers Fasteners "Power- Stud+SD2", Simpson "Strong -Bolt". Expansion Anchors in Grouted Products shall be single component Masonry anchors tested in accordance with ICC AC01, and shall have an ICC ESR report in compliance with the International Building Code (2006 or later edition). Hilti "Kwik-Bolt 3", Simpson "Wedge -All", Powers Fasteners "Power -Stud+ SD1". Undercut Anchors in Concrete Products shall be tested in accordance with ICC AC193, and shall have an ICC ESR report in compliance with the International Building Code (2006 or later edition). Hilti "HDA Undercut Anchor", USP Structural Connectors "DUC Undercut Anchor", Powers Fasteners "Atomic+ Undercut Anchor". (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 Adhesive Anchors in Concrete Threaded Rods and Nuts Products shall be tested in accordance with ICC AC308, and shall have an ICC ESR report in compliance with the International Building Code (2006 or later edition). The anchors shall be approved for use in cracked concrete, and for resisting seismic forces. As recommended by the adhesive manufacturer; materials as indicated on the Drawings or in this specification. Adhesive Hilti "HIT -RE 500-SD" or "HIT-HY 150 MAX -SD", Powers Fasteners "PE1000+", Simpson "Set-XP". Adhesive Anchors in Grouted Products shall be tested in accordance Masonry with ICC AC58, and shall have an ICC ESR report in compliance with the International Building Code (2006 or later edition). Threaded Rods and Nuts As recommended by the adhesive manufacturer; materials as indicated on the Drawings or in this specification. Adhesive Hilti "HIT HY 150 MAX", Simpson "SET Epoxy". Adhesive Anchors in Hollow Products shall be tested in accordance Masonry with ICC AC60, and shall have an ICC ESR report in compliance with the International Building Code (2006 or later edition). Threaded Rods and Nuts As recommended by the adhesive manufacturer; materials as indicated on the Drawings or in this specification. Adhesive Type 1 System Hilti "HIT HY 20" system. Type 2 System Simpson "SET Epoxy" system. Screen Tubes As recommended by the manufacturer. (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 r Cl 2-2. ANCHORS. 2-2.01. Cast -in -Place Anchor Bolts. Cast -in -place anchor bolts shall be delivered in time to permit setting before the structural concrete is placed. Unless installed in pipe sleeves, anchor bolts shall be provided with sufficient threads to permit a nut to be installed on the concrete side of the concrete form or the supporting template. Two nuts, a jam nut, and a washer shall be furnished for cast -in -place anchor bolts indicated on the Drawings to have locknuts; two nuts and a washer shall be furnished for cast -in -place anchor bolts without locknuts. 2-2.02. Adhesive, Expansion, and Undercut Anchors. When adhesive, expansion, or undercut anchors are indicated on the Drawings, only acceptable systems shall be used. Acceptable systems shall include only those systems and products specified or specifically indicated by product name on the Drawings. Alternative anchoring systems may be used only when specifically accepted by Engineer. Unless otherwise required, single nuts and washers shall be furnished for adhesive anchors, expansion anchors, and undercut anchors. Adhesive anchors shall be free of coatings that would weaken the bond with the adhesive. Adhesive anchors in hollow masonry shall utilize screen tubes as recommended by the manufacturer. PART 3 - EXECUTION 3-1. GENERAL. Anti -seize thread lubricant shall be liberally applied to projecting, threaded portions of stainless steel anchors immediately before tightening of the nuts. 3-1.01. ESR Report Compliance. Anchors shall be installed in accordance with all applicable requirements of the ESR report for the anchoring system. If conflicts are found between the Drawings and the ESR report installation requirements, Contractor shall notify Engineer for resolution. 3-1.02. Special Inspection. Special inspection shall be performed by Engineer or Owner's representative during installation of all anchors covered in this section. Anchorage work shall be performed in a manner that allows the inspections to take place without adversely impacting the schedule. (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 For cast -in -place anchor bolts, bolts shall be positioned in advance of the concrete placement so that the inspector will have sufficient time to inspect the bolts prior to placing concrete. For other types of anchors, the minimum frequency and extent of the inspections shall be as indicated in the anchor system's ESR report. 3-2. CAST -IN -PLACE ANCHOR BOLTS. Cast -in -place anchor bolts shall be carefully positioned with templates and secured in the forms prior to placing concrete. Contractor shall verify that anchorage devices are positioned in accordance with the Drawings and with applicable equipment or structure submittal drawings. Threads, bolts, and nuts spattered with concrete during placement shall be cleaned prior to final installation of the bolts and nuts. 3-3. ADHESIVE ANCHORS. The embedment depth for adhesive anchors or reinforcing bars shall be at least 15 rod or bar diameters unless otherwise indicated on the Drawings. Adhesive shall be statically mixed in the field during application. All proportioning and mixing of the components shall be in accordance with the manufacturer's recommendations. Anchors or bars shall be installed in holes drilled into hardened concrete or grout filled masonry. Diameter of holes shall be 1/16 inch [1.5 mm] larger than the outside diameter of the rod or bar unless recommended otherwise by the anchor system manufacturer. Holes shall be prepared by removing all dust and debris using procedures recommended by the adhesive manufacturer. Adhesive anchors and holes shall be clean, dry, and free of grease and other foreign matter at the time of installation. The adhesive shall be placed and the rods or bars shall be set in accordance with the recommendations of the manufacturer. Care shall be taken to ensure that all spaces and cavities are filled with adhesive, without voids. 3-4. EXPANSION AND UNDERCUT ANCHORS. Expansion and undercut anchors shall be installed in accordance with the Drawings, but in no case shall the embedment depth be less than six bolt diameters. The minimum distance between the center of any anchor and an edge or exterior corner of concrete shall be at least six times the diameter of the bolt. Unless otherwise indicated on the Drawings, the distance between the centers of anchors shall be at least 12 times the diameter of the bolt. End of Section (City of Lubbock, Texas ) 05550 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Section 05990 STRUCTURAL AND MISCELLANEOUS METALS PART 1 - GENERAL 1-1. SCOPE. This section covers the fabrication and erection of structural and miscellaneous metal items not covered in other sections. t Except as otherwise specified or indicated on the drawings, all work shall conform to the applicable provisions of the AISC "Steel Construction Manual, Thirteenth Edition", the AISC "Specification for Structural Steel Buildings" and the Aluminum Association "Specifications for Aluminum Structures". Special inspection during the fabrication and erection of structural steel, if required by the local building code, is addressed in the quality control section. 1-2. SUBMITTALS. Complete data, fabrication drawings, and setting or erection drawings covering all structural and miscellaneous metal items shall be submitted in accordance with the submittals section. All bolted connections and welds shall be properly identified on the shop drawings. Welding procedures, welding procedure qualification records and welder qualifications shall be submitted. Submittals for high strength bolts, tension control bolts and load indicator washers shall include statements from the bolt and washer manufacturers certifying satisfactory compliance with the governing standards and the specified tests. 1-3. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, significant coating damage, or corrosion. Damaged materials shall be promptly replaced. Structural and miscellaneous metal work shall be stored on blocking so that no metal touches the ground and water cannot collect thereon. The material shall be protected against bending under its own weight or superimposed loads. Bolting materials shall be stored indoors. Weld rod shall be stored in accordance with the supplier's instructions and AWS D1.1. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL - (B&V PN 140092 ) April 30, 2012 1-4. PLANT CERTIFICATION All fabricating plants providing structural steel shall be category STD certified in accordance with the AISC Quality Certification Program. PART2-PRODUCTS 2-1. GENERAL. All structural steel shall be detailed and fabricated to facilitate compliance with OSHA 29 CFR Part 1926 subpart R and all other pertinent OSHA and local safety regulations. All field connection materials shall be furnished. 2-2. MATERIALS. Steel Other Shapes (angles) ASTM A36 Plates and Bars ASTM A36. Sheets ASTM A1008 CS Type B or A1011 CS Type B. Bolts and Nuts Bolts, High Strength ASTM A325, Type 1; tested in accordance with Article 9.2 thereof. Bolts, unfinished ASTM A307. Nuts, Heavy -Hex ASTM A563, grade and finish compatible with bolts. Nuts, Self -Locking Prevailing torque type; IFIA00, Grade A. Washers (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 r Flat, Hardened ASTM F436, Type 1. Lock ANSUASME B18.21.1, helical spring type. Beveled ASTM F436. l Load Indicator ASTM F959, compressible -washer - type direct tension indicator; type compatible with bolts tested in accordance with Article 10.2 of ASTM F959. Anchor Bolts ASTM F1554, Grade 36 Threaded Rods ASTM A36 Stainless Steel Shapes ASTM A276, Type 316L. Plates ASTM A240, Type 316L. Pipe ASTM A312, Grade TP316L Tube ASTM A269, Grade TP316L Checkered Plate ASTM A793, stainless steel, raised pattern A _ Bolts ASTM F593, Alloy Group 1 or 2 Nuts ASTM F594, Alloy Group 1 or 2 Washers Flat ANSUASME B18.22.1, Type 316. Lock ANSUASME B18.21.1, helical spring type, Type 316. Aluminum Sheet and Plate ASTM B209, Alloy 6061-T6. r Rolled Sections ASTM B308, Alloy 6061-T6. All members shall be Aluminum Association standard shapes. Rod and Bar (Rolled or ASTM B211, Alloy 6061-T6 or Drawn) 2017-T4. Extrusions ASTM B221, Alloy 6063-T5 or T6. Pipe ASTM B429, Alloy 6061-T6. Rivets J ASTM B316, Alloy 6061-T6. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Bolts, Aluminum Nuts, Aluminum Washers, Aluminum Flat Lock Castings Checkered Plate Weld Metal (Steel Connections) Welded Headed Studs, Concrete Anchors, and Shear Connectors Deformed Bar Anchors (DBA) Body Solder ASTM F468, Alloy 2024-T4. ASTM F467, Alloy 6061-T6. ANSI/ASME B18.22.1, Type 6061 T- 6. ANSI/ASME B18.21.1, helical spring type, Type 6061-T6. ASTM B26 or B85. ASTM B632, Type 6061-T6. ANSI/AWS D1.1, Table 3.1, filler metal with minimum 70 ksi tensile strength unless otherwise required. ASTM A108 with a minimum 50,000 psi yield strength and minimum 60,000 psi tensile strength. TRW/Nelson or equal. ASTM A496 with a minimum 70,000 psi yield strength and minimum 80,000 psi tensile strength. TRW/Nelson division or equal. Flux -core wire, ASTM B32, Alloy Grade 20B. Shop Coatings Universal Primer As indicated in protective coatings section. Epoxy Enamel As indicated in protective coatings section. Galvanizing ASTM A123, A153, A385. 2-3. FABRICATIONS. The following fabrications shall be constructed as indicated on the drawings and as specified herein. 2-3.01. Checkered Floor Plates. Not used. 2-3.02. Crane Rails. Not used. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 2-4. SHOP COATING. All structural and miscellaneous metal items shall be shop coated as specified herein. The requirements for field painting are covered in the protective coatings section. 2-4.01. Cleaning. Surfaces shall be dry and of proper temperature when coated, and shall be free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, and other objectionable substances. Articles to be galvanized shall be pickled before galvanizing. All other ferrous metal surfaces shall be cleaned by solvent, high-speed power wire brushing or by blasting to the extent recommended by the paint manufacturer and as required in the protective coatings section. 2-4.02. Edoe Grinding. Sharp projections of cut or sheared edges of ferrous metals which will be submerged in operation, except for items specified to be hot - dip galvanized, shall be ground to a radius as needed to ensure satisfactory paint adherence and as required in the protective coatings section. 2-4.03. Prime Painted Steel. Unless otherwise specified or indicated on the drawings, all ungalvanized structural and miscellaneous steel shall be given a universal prime coat in the shop after fabrication. The dry film thickness of the universal primer shall be at least 5 mils. Steel surfaces shall be prime -coated. as soon as practicable after cleaning. Steel shall not be moved or handled until the shop coat is dry and hard. 2-4.04. Galvanizing. Steel materials required to be galvanized are indicated on the drawings. All galvanizing shall be done by the hot -dip process after fabrication. An approved zinc -rich paint shall be used to touch up minor coating damage. Materials with significant coating damage shall be regalvanized or replaced. Where galvanized bolts are indicated on the drawings or specified, the use of Zinc -plated bolts will not be acceptable. 2-4.05. Stainless Steel. Unless otherwise specified, all items fabricated from stainless steel shall be thoroughly cleaned and degreased after fabrication. Pickling or a light blast cleaning shall produce a modest etch and remove all embedded iron and heat tint. Surfaces shall be subjected to a 24 hour water test or a ferroxyl test to detect the presence of residual embedded iron and shall be retreated as needed to remove all traces of iron contamination. Surfaces shall be adequately protected during shipping and handling to prevent contact with iron or steel objects or surfaces. 2-4.06. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a coat of epoxy enamel. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant) -5- '!, (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-4.07. Other Surfaces. Painting of zinc coated steel or bronze surfaces will not be required. PART 3 - EXECUTION 3-1. STRUCTURAL STEEL ERECTION. Structural steel shall be erected so that individual pieces are plumb, level, and aligned within a tolerance of 1:500. The elevations of the top of floor and roof members shall be within 1/16 inch of the elevations indicated on the drawings. The faces of girls and other supporting members for rigid wall panels shall be in vertical planes within a maximum variation of 1/8 inch. All members and parts, as erected, shall be free of warps, local deformations, and unauthorized bends. All parts shall be assembled accurately as indicated on the drawings. Light drifting will be permitted to draw parts together, but drifting to match unfair holes will not be permitted. Any enlargement of holes necessary to make connections in the field shall be done by reaming with twist drills and only with the approval of Engineer. Enlarging holes by burning will not be permitted. All materials shall be erected in compliance with OSHA 29 CFR, Part 1926, Subpart R, and with all other applicable OSHA and local safety regulations. 3-1.01. Insaection and Testina. Not used. 3-2. STRUCTURAL STEEL CONNECTIONS. Unless otherwise indicated on the drawings, bolted connections for structural steel, as defined in the AISC manual, shall be made with ASTM A325 high strength bolts conforming to the "Specification for Structural Joints Using ASTM A325 or A490 Bolts" as approved by the Research Council on Structural Connections. The method of installation, pretensioning procedures, bolting equipment and tools shall likewise conform to the above referenced standard. Bolt holes shall have a diameter nominally 1/16 inch larger than the nominal bolt diameter. Bolt holes for one ply of vertical diagonal bracing connections may be oversized to a diameter nominally 3/16 inch larger than the nominal bolt diameter. If oversized holes are provided in an outer ply, a hardened flat washer shall be installed over each hole during bolting. Load indicator washers shall not be substituted for hardened flat washers required for oversized holes. Bolts, nuts, and washers shall be galvanized when connected materials are galvanized or where indicated on the drawings. (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) Apri130, 2012 3-3. MISCELLANEOUS STEEL CONNECTIONS. Connections for miscellaneous steel fabrications not included in the AISC definition of structural steel may be made with unfinished bolts unless indicated otherwise on the drawings. Unless otherwise indicated on the drawings all unfinished bolts shall be snug tight. 3-4. STRUCTURAL AND MISCELLANEOUS STEEL WELDING. Welding and related operations shall conform to applicable provisions of the Structural Welding Code - Steel, AWS D1.1, of the American Welding Society. All welding shall be performed in accordance with written procedures, using only those joint details which have prequalified status when performed in accordance with AWS D1.1. All welding shall be performed by welders qualified in accordance with the American Welding Society for steel welding and American Society for Mechanical Engineers Section IX for stainless steel welding. All welds shall be visually inspected in accordance with AWS procedures. Welds not dimensioned on the drawings shall be sized to develop the full strength of the least strength component of the connection. Where structural or miscellaneous steel connections are welded, all butt and miter welds shall be continuous and, where exposed to view, shall be ground smooth. Intermittent welds shall have an effective length of at least 2 inches and shall be spaced not more than 6 inches apart. Surfaces to be welded and surfaces within 2 inches of a weld shall be free from loose or thick scale, slag, rust, moisture, grease, paint and other foreign materials that would prevent proper welding or release objectionable fumes. Only shielded metal arc, gas metal arc, flux cored arc, submerged arc, and gas tungsten arc welding are permitted. For flux cored arc welding, only E70xx one (1) or five (5) wire electrodes with supplemental gas shielding shall be permitted. Use of electroslag or electrogas welding processes or the short-circuiting transfer mode of the gas metal arc process will not be acceptable. Field welded connections shall not be substituted for field bolted connections indicated on the drawings. Deformed bar anchors, headed studs, concrete anchors and shear connectors shall be welded with an automatic stud welding gun per the manufacturer's recommendation. Hand welding will not be acceptable. 3-5. STRUCTURAL AND MISCELLANEOUS ALUMINUM. Unless otherwise noted, all work shall conform to applicable provisions of the Aluminum Association "Standard for Aluminum Structures". (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant) -7- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 3-5.01. Connections. Connections not specifically detailed on the drawings shall develop the full strength of the least strength member of the connections. Bolted connections shall be all -bolted bearing type, equipped with a helical spring lock washer under the stationary element (bolt head or nut) and a flat washer under the turned .element. All bolts shall be fully tightened. Bolts and, nuts for structural aluminum connections shall be stainless steel. Bolts and nuts for nonstructural miscellaneous aluminum assemblies shall be stainless steel or aluminum. A sufficient number of bolts shall be provided in each connection to develop the shear strength of the member. Welded connections shall be made in accordance with the American Welding Society D1.2, Structural Welding Code - Aluminum. All welding shall be performed by welders qualified in accordance with American Welding Society. Welds shall be free of porosity, cracks, holes, and flux. Welded connections shall not be substituted for bolted connections without prior approval of Engineer. 3-5.02. Erection. Structural aluminum shall be erected so that individual pieces are plumb, level, and aligned within a tolerance of 1:500. The elevation of horizontal members shall be within 1/16 inch of the elevation indicated on the drawings. Baseplates shall be set level in exact position and grouted in place. End of Section (City of Lubbock, Texas ) 05990 (Southeast Water Reclamation Plant) -8- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Section 07900 CAULKING PART 1 - GENERAL 1-1. SCOPE. This section covers caulking and sealing. Fire rated caulking is covered in the fireproofing section. 1-2. GENERAL. The terms "caulking" and "sealing", as used on the drawings and in these specifications, are synonymous. Both terms indicate the materials specified herein. Oil -base caulking shall not be used on this project. 1-3. APPROVALS. All caulking shall meet the requirements of the standards specified herein. All caulking and sealing to be used in contact with potable water shall meet the requirements of ANSI/NSF Standard 61. 1-4. SUBMITTALS. Specifications and data covering the materials proposed for use, together with samples or color cards showing the manufacturer's full line of sealant colors, shall be submitted in accordance with the submittals section. PART 2 - PRODUCTS 2-1. MATERIALS. Urethane Sealants (Polyurethanes) Nonsag Nonsubmerged Service Fed Spec TT-S-00227E, Class A, Type 2 and ASTM C920, Type M, Grade. NS; two component. Bostik "Chem -Calk 500" Tremco "Vulkem 227" Pecora "Dynatrol II" Tremco "DYmeric 240" Sika "Sikaflex-2cNS" (City of Lubbock, Texas ) 07900 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 Primer As recommended by the sealant manufacturer. Backup Material Polyethylene or polyurethane foam as recommended by the sealant manufacturer; Dow "Ethafoam SB" or Plateau "Denver Foam". Bondbreaker Tape Adhesive -backed polyethylene tape as recommended by the sealant manufacturer. 2-2. COLORS. Colors of sealants shall be as selected by Engineer from the manufacturer's standard line of colors. Different colors may be required for different locations. 2-3. LOCATIONS TO BE CAULKED. 2-3.01. With Thiokol or Urethane Sealant (Nonsaq) - Nonsubmerged Service. Entire perimeter of frames for exterior metal doors. Entire perimeter of metal louvers. Entire perimeter of metal dampers and metal shutters. Entire perimeter of aluminum windows. Control joints in masonry walls. Perimeter of aluminum entrances and assemblies, except exterior side of exterior sills. Joints on the underside of prestressed, precast roof members where exposed to view. Around service sinks. Joints between masonry and cast -in -place concrete, where indicated on the drawings. Other locations where caulking is indicated on the drawings, specified in other sections, or required for weatherproofing. (City of Lubbock, Texas ) 07900 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 PART 3 - EXECUTION 3-1. JOINT PREPARATION. All surfaces to receive sealant shall be clean, dry, and free from dust, grease, oil, or wax. Concrete surfaces which have been contaminated by form oil, paint, or other foreign matter which would impair the bond of the sealant to the substrate shall be cleaned by sandblasting. All surfaces shall be wiped with a clean cloth saturated with xylol or other suitable solvent, and shall be. primed before the sealant is applied. Unless otherwise recommended by the sealant manufacturer and permitted by the Engineer, the depth of sealant in a joint shall be equal to the width of the joint, but not more than 1/2 inch. Backup material shall be provided as necessary to control the depth of sealant and shall be of suitable size so that, when compressed 25 to 50 percent, the space will be filled. Backup material shall be rolled or pressed into place in accordance with the manufacturer's installation instructions, avoiding puncturing and lengthwise stretching. If depth of the joint does not permit use of backup material, bondbreaker tape shall be placed at the bottom of the joint to prevent three -sided adhesion. 3-2. SEALING. Sealing work shall be done before any field painting work is started. The air temperature and the temperature of the sealed surfaces shall be above 50OF when sealing work is performed. Upon completion of the sealing work, each sealed joint shall have a smooth, even, tooled finish, flush with the edges of the sealing recess, and all adjacent surfaces shall be clean. Sealant shall not lap onto adjacent surfaces. Any sealant so applied as to prevent the painting of adjacent surfaces to a clean line, or with an excess of material outside the joint and feathered onto surfaces, shall be removed and the joint resealed. End of Section (City of Lubbock, Texas ) 07900 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 *** Page Intentionally Left Blank *** Section 09940 PROTECTIVE COATINGS PART 1 - GENERAL 1-1. SCOPE. This section covers field applied protective coatings, including surface preparation, protection of surfaces, inspection, and other appurtenant work for equipment and surfaces designated to be coated with heavy-duty maintenance coatings. Regardless of the number of coats previously applied, at least two field coats in addition to any shop coats or field prime coats shall be applied to all surfaces unless otherwise specified. 1-2. GENERAL. Cleaning, surface preparation, coating application, and thickness shall be as specified herein and shall meet or exceed the coating manufacturer's recommendations. When the manufacturer's minimum recommendations exceed the specified requirements, Contractor shall comply with the manufacturer's minimum recommendations. When equivalent products are acceptable to Engineer, Contractor shall comply with this Specification and the coating manufacturer's recommendations. 1-2.01. Governing Standards. All cleaning, surface preparation, coating application, thickness, testing, and coating materials (where available) shall be in accordance with the referenced standards of the following AWWA, ANSI, NACE, SSPC, NSF, and ASTM. 1-2.02. Delivery and Storage. All coating products shall be received and stored in accordance with the coating manufacturer's recommendations. 1-2.03. Coatings, Painting, and Linings Covered in Other Sections. Not used. 1-3. SUBMITTALS. Contractor shall submit color cards for all coatings proposed for use, together with complete descriptive specifications, manufacturer's product data sheet and the completed Coating System Data Sheets, to Engineer for review and color selection. Each product data sheet shall include application temperature limits including recoat time requirements for the ambient conditions at the site, including temperatures up to 130OF [540C]. Requests for review submitted directly to Engineer by coating suppliers will not be considered. When the proposed products will be in contact with treated or raw water in potable water treatment facilities, Contractor shall submit certifications that the proposed systems are in compliance with ANSUNSF 61. Contractor shall submit a Coating System Data Sheet for each separately identified surface in the Metal Surfaces Coating Schedule, Concrete and (City of Lubbock, Texas ) .09940 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 t, Masonry Surfaces Coating Schedule, and the Miscellaneous Surfaces Coating Schedule that will be used in the Project, using the appropriate Coating System Data Sheet forms (Figures 1-09940 and 2-09940) at the end of this section. Each field coating system shall be acceptable to the coating material manufacturer. Coating System Data Sheets shall be assigned a unique number with a prefix letter based on the following: Prefix Surfaces Fig.09940 A Iron and steel (coated entirely in field) 1 A Iron and steel (shop primed) 2 C Concrete and concrete block 1 E Equipment - submerged 1 E Equipment — nonsubmerged 2 F Nonferrous metal 1 G Galvanized 1 H High temperature 1 P PVC and FRP 1 Each coating system that will be applied entirely in the field shall be assigned only a prefix letter and no suffix letter. Fig.1-09940 shall be submitted for each surface coated entirely in the field. Each shop -applied coating system that includes one or more field applied coats shall be assigned both a prefix letter and suffix letter "F". Fig.2-09940 shall be submitted for each surface having a shop applied coating and one or more field applied finish coats. A separate Coating System Data Sheet shall be developed and submitted for each surface scheduled to be coated or variation or change in a coating system. The number identifying the surface and coating system shall be of the form Al 1 or Al2-F. The subscript number shall be assigned by the Contractor so that each surface and coating system combination is uniquely identified. For example: Al 1-F may be assigned to "Epoxy — one coat to metal curbs for skylights and power roof ventilators that have been shop primed." A21 may be assigned to "Epoxy — two coats to non -galvanized structural and miscellaneous steel exposed to view inside buildings." (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL r (B&V PN 14009 ). April 30, 2012 C21 may. be assigned to "Epoxy — two coats to all concrete and concrete block in corrosive area (Except floors and surfaces scheduled to receive other coatings) which are exposed to view." C22 may be assigned to "Epoxy — two coats to walls, floors, and curbed areas, adjacent to corrosive chemical storage and feed equipment as indicated on the Drawings." The manufacturers standard colors will be acceptable for all coatings. 1-4. QUALITY ASSURANCE. 1-4.01. Coating System Data Sheet Certifications. The coating applicator and coating manufacturer shall review and approve in writing the coating manufacturer's written recommendations for the coating system and the intended service. Any variations from the Specifications or the coating manufacturers published recommendations shall be submitted in writing and approved by the coating manufacturer. 1-4.02. Special Interior Coating Systems. Not used. PART 2 - PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. 2-1.01. Alternative Manufacturers. In addition to the coatings listed herein, ` equivalent products of other manufacturers that distribute globally will also be acceptable. 2-1.02. Equivalent Coatings. Whenever a coating is specified by the name of a proprietary product or of a particular manufacturer or vendor, it shall be understood as establishing the desired type and quality of coating. Other manufacturers' coatings will be accepted, provided that sufficient information is submitted to enable Engineer to determine that the proposed coatings are equivalent to those named. Information on proposed coatings shall be submitted for review in accordance with the Submittals Procedures section. Requests for review of equivalency will be accepted only from Contractor, and will be considered only after the contract has been awarded. 2-2. MATERIALS. All coatings shall be delivered to the job in original, unopened containers, with labels intact. Coatings shall be stored indoors and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the coating formulation shall be added to the coating for any purpose. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 a All coatings shall conform to the air quality regulations applicable at the location of use. Coating materials that cannot be guaranteed by the manufacturer to conform, whether or not specified by product designation, shall not be used. With the exception of heat resistant -coatings, the coatings specified have been selected on the basis of the manufacturer's statement that the VOC content of the product is 2.8 Ibs per gallon [335 g/L]or less; however, it shall be the Contractor's responsibility to use only coating materials that are in compliance with the requirements of all regulatory agencies. Local regulations may require some coatings to have a lower VOC content than specified herein. The coatings specified may meet the VOC limits in the unthinned (as shipped) condition, but may exceed the limits if thinned according to the manufacturer's recommendations. In such case, the coatings shall not be thinned beyond the 2.8 Ibs per gallon [335 g/L] limit, and if the product cannot be thinned to suit the application method or temperature limits, another manufacturer's coating shall be used, subject to acceptance by Engineer. Contractor shall be responsible for ensuring the compatibility of field coatings with each other or with any previously applied coatings. Coatings used in successive field coats shall be produced by the same manufacturer. The first field coat over shop coated or previously coated surfaces shall cause no wrinkling, lifting, or other damage to underlying coats. All intermediate and finish coating materials that will be in contact with wastewater atmosphere shall be guaranteed by the manufacturer to be fumeproof and suitable for wastewater plant atmosphere that contains hydrogen sulfide. Coatings that cannot be so guaranteed shall not be used. Lead-free, chromium -free, and mercury -free coatings shall be used. 2-2.01 Primers. Universal Primer (tie coat) PPG Amercoat "Amercoat 385 Epoxy", Carboline "Rustbond", ICI Devoe "Devran 224HS", Tnemec "Series 27 F.C. Typoxy", or Sherwin-Williams "Dura Plate 235". Zinc Primer PPG Amercoat "Dimetate 9 Series", Carboline "Carbo Zinc II Series", ICI Devoe "Catha-Coat 304V", or Sherwin-Williams "Zinc Clad II Series". (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 2-2.02. Fillers and Surfacers. Epoxy Concrete Block Filler PPG Amercoat "Amerlock 40OBF Epoxy Block Filler",, Carboline "Sanitile 600", ICI Devoe "Truglaze 4015", Tnemec "Series 54-562", or Sherwin-Williams "Kem Cat! -Coat HS". Epoxy Concrete Filler and Tnemec "Series 218 MortarClad", Surfacer PPG Amercoat "NuKlad 114A", Carboline "Carboguard 510", or Sherwin-Williams "Steel Seam FT910". 2-2.03. Intermediate and Finish Coatings. Epoxy (NSF certified systems) Ferrous Metal Surfaces and Concrete Surfaces in Contact with Treated or Raw Water in Potable Water Facilities Epoxy PPG Amercoat "Amerlock 400 High -Solids Epoxy Coating", Carboline "Carboguard 891", ICI Devoe "Bar -Rust 233H" Tnemec "Series N 140 Pota-Pox Plus", or Sherwin-Williams "Dura Plate 235 NSF"; immersion service. Concrete Floors PPG Amercoat "Amerlock 400", Carboline "Carboguard 890", ICI Devoe "Devran 224HS", Tnemec "Series N69 Hi -Build Epoxoline II", or Sherwin-Williams "Armorseal 1000HS"; nonskid. Ferrous Metal Surfaces and Masonry or Concrete Surfaces Other Than Floors PPG Amercoat "Amercoat 385 Epoxy", Carboline "Carboguard 890", ICI Devoe Devran "224HS", Tnemec "Series N69 Hi -Build Epoxoline II", or Sherwin-Williams "Dura Plate 235". Flake -Filled Epoxy Carboline "Plasite 4500/4500S", 3 Sherwin-Williams "Sher -Glass FF", (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 Aliphatic Polyurethane PPG Amercoat "Amercoat 450H", Carboline "Carbothane 134HG", ICI Devoe "Devthane 379H" Tnemec "Series 1074 Endura-Shield II", or Sherwin- Williams "Acrolon 218HS". Coal Tar Epoxy Medium Consistency Coal Tar Vinyl Ester Heat -Resistant High -build coal tar epoxy; PPG Amercoat "Amercoat 78HB Coal Tar Epoxy", Carboline "Bitumastic 300 M", Tnemec "46H-413 Hi -Build Tneme-Tar", or Sherwin- Williams "Hi -Mil Sher -Tar Epoxy". Carboline "Bitumastic 50" or Tnemec "46-465 H.B. Tnemecol". Tnemec "Series 120 Vinester" Carboline "Plasite 4110" or Sherwin-Williams "Magnalux 304FF". Suitable for temperatures up to 400OF [2070C]; PPG Amercoat "Amerlock 400", Carboline "Thermaline 450", Tnemec "43-36 Chrome Aluminum", or Sherwin- Williams "Silver-Brite Aluminum". High Heat -Resistant Suitable for temperatures up to 1000°F [537°C]; PPG Amercoat "Amercoat 878", Carboline "Thermaline 4700 VOC", or Sherwin-Williams "Silver-Brite Hi - Heat Silicone Aluminum". PART 3 - EXECUTION 3-1. SURFACE PREPARATION. All surfaces to be coated shall be clean and dry and shall meet the recommendations of the coating manufacturer for surface preparation. Freshly coated surfaces shall be protected from dust and other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss on previously coated surfaces shall be dulled if necessary for proper adhesion of topcoats. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 14009 ) FINAL April 30, 2012 Surfaces shall be free of cracks, pits, projections, or other imperfections that would interfere with the formation of a smooth, unbroken coating film, except for concrete block construction where a rough surface is an inherent characteristic. When applying touchup coating or repairing previously coated surfaces, the surfaces to be coated shall be cleaned as recommended by the coating manufacturer, and the edges of the repaired area shall be feathered by sanding or wire brushing to produce a smooth transition that will not be noticeable after the coating is applied. All coatings made brittle or otherwise damaged by heat of welding shall be completely removed. 3-1.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for coating according to the instructions of the manufacturer of the epoxy. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 3-1.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be prepared for coating by using one or more of the following cleaning procedures specified here -in: solvents (SSPC-SP1); abrasive blasting (SSPC-SP5, -SP10, - SP6, or -SP7) power tools (SSPC-SP3 or-SP11); or hand tools (SSPC-SP2). Oil and grease shall be completely removed in accordance with SSPC-SP1 before beginning any other cleaning method. Surfaces of welds shall be scraped and ground as necessary to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. All components of equipment that can be properly prepared and coated after installation shall be installed prior to surface preparation. Components that will be inaccessible after installation shall have the surfaces prepared and coated before installation. Motors, drive trains, and bearings shall be protected during surface preparation in accordance with the equipment manufacturer's recommendations. All cut or sheared edges shall be ground smooth to a 1/8 inch [3 mm] minimum radius for all material 1/4 inch [6 mm] thickness and larger. For material thickness less than 1/4 inch [6 mm] all cut or sheared edges shall be ground smooth to a radius equal to 1/2 the material thickness. Grinding of rolled edges on standard shapes with a minimum radius of the 1/16 inch [1.5 mm] will not be required. All ferrous metal surfaces shall have all welds ground smooth and free of all defects in accordance with NACE Standard SP0178, Appendix C, Designation C and sharp edges ground smooth, if not previously prepared in the shop. Instead of blending of the weld with the base metal as required by the NACE standard, it will be acceptable to furnish a welded joint that has a smooth transition of the (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -7- (Plant 4 Blower Building Ventilation Modifications) FINAL B&V ( PN 14009 ) April 30, 2012 1 weld to the base metal. All welds shall be ground smooth to ensure satisfactory adhesion of paint. The cleaning methods and surface profiles specified herein are minimums, and if the requirements printed in the coating manufacturer's data sheets exceed the limits specified, the value printed on the data sheets shall become the minimum requirement. 3-1.02.01. Ferrous Metal Surfaces — Non -immersion Service. Ferrous metal surfaces, including fabricated equipment, in non -immersion service shall be cleaned to the degree recommended by the coating manufacturer for surfaces to be coated with coal tar epoxy, epoxy, and heat -resistant coatings, except galvanized surfaces. Surface preparation of ferrous metal surfaces in non - immersion service shall consist of abrasive blast cleaning to SSPC-SP6, and the first application of coating shall be performed on the same day. If more surface area is prepared than can be coated in one day, the uncoated area shall be blast cleaned again to the satisfaction of Engineer. Surface profile shall be as recommended by coating manufacturer, but not less than 2.0 mils [50 pm]. 3-1.02.02. Ferrous Metal Surfaces - Immersion Service. Surface preparation of ferrous metal surfaces in immersion service shall consist of abrasive blast cleaning to at least SSPC-SP10 and the first application of coating shall be performed on the same day. If more surface area is prepared than can be coated in one day, the uncoated area shall be blast cleaned again to the satisfaction of Engineer. Surface profile shall be as recommended by coating manufacturer, but not less than 3.5 mils [88 pm]. 3-1.03. Concrete Surfaces. All concrete surfaces shall be free of objectionable substances and shall meet the coating manufacturer's recommendations for surface preparation. Concrete surfaces shall be prepared in accordance with SSPC-SP13/NACE 6. Any other surface preparation recommended by the coating material manufacturer shall be brought to Engineer's attention and may be incorporated into the work if acceptable to Engineer. All concrete surfaces shall be dry when coated and free from dirt, dust, sand, mud, oil, grease, and other objectionable substances. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. New concrete shall have cured for at least 4 weeks before coating is applied as recommended by the material manufacturer. Concrete surfaces shall be tested for capillary moisture in accordance with ASTM D4263. There shall be no capillary moisture when coatings are applied on concrete. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -8- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 All surfaces to be coated shall be cleaned in accordance with ASTM D4258 and abraded in accordance with ASTM D4259. Surface profile shall be at least 25 percent of the dry film thickness specified for the coating system. Prior to application of the coating, the surfaces shall be thoroughly washed or cleaned by air blasting to remove all dust and residue. Spalled areas, voids, and cracks shall be repaired in accordance with the Concrete section and as acceptable to the Engineer. Fins and other surface projections shall be removed to provide a flush surface before application of coating. Except where epoxy is applied as damp -proofing, the concrete surfaces, including those with bug holes less than 1 inch [25 mm] in any dimension, shall be prepared as recommended by the manufacturer, using an epoxy concrete filler and surfacer. Where coating with a vinyl ester the concrete filler and surfacer shall be as recommended by the manufacturer to be compatible with vinyl ester. 3-1.04. Concrete Block Surfaces. Voids and openings in concrete block surfaces shall be pointed. All exposed exterior surfaces and surfaces to be coated with epoxy, including the joints, shall be filled so that a continuous unbroken coating film is obtained. 3-1.05. Copper Tubing. All flux residue shall be removed from joints in copper tubing. Immediately before coating is started, tubing shall be wiped with a clean rag soaked in xylol. 3-1.06. Plastic Surfaces. All wax and oil shall be removed from plastic surfaces that are to be coated, including PVC and FRP, by wiping with a solvent compatible with the specified coating. 3-1.07. Hardware. Hardware items such as bolts, screws, washers, springs, and grease fittings need not be cleaned prior to coating if there is no evidence of dirt, corrosion, or foreign material. 3-1.08. Aluminum. When a coating system is required, remove all oil or deleterious substance with neutral detergent or emulsion cleaner or blast lightly with fine abrasive. 3-1.09. Stainless Steel. When a coating system is required, surface preparation shall conform to the coating manufacturer's recommendations. 3-2. MIXING AND THINNING. Coating shall be thoroughly mixed each time any is withdrawn from the container. Coating containers shall be kept tightly closed except while coating is being withdrawn. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -9- (Plant 4 Blower Building Ventilation Modifications) FINAL -' (B&V PN 14009 ) April 30, 2012 l.. Coating shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. In no case shall the wet film thickness of applied coating be reduced, by addition of coating thinner or otherwise, below the thickness recommended by the coating manufacturer. Thinning shall be done in compliance with all applicable air quality regulations. 3-3. APPLICATION. Coatingshall be applied in a neat manner that will produce pp an even film of uniform and proper thickness, with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be thoroughly dry and hard ; before the next coat is applied. Each coat shall be a different color, if available. In no case shall coating be applied at a rate of coverage greater than the maximum rate recommended by the coating manufacturer. Coating failures will not be accepted and shall be entirely removed down to the substrate and the surface recoated. Failures include but are not limited to sags, checking, cracking, teardrops, fat edges, fisheyes, or delamination. 3-3.01. Pnmina. Edges, corners, crevices, welds, and bolts shall be given a brush coat (stripe coat) of primer before application of the primer coat. The stripe ; coat shall be applied by a brush and worked in both directions. Special attention shall be given to filling all crevices with coating. When using zinc primers the stripe coat shall follow the initial prime coat. Abraded and otherwise damaged portions of shop -applied coating shall be cleaned and recoated as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field -installed bolts, and surfaces where coating has been damaged by heat shall be given a brush coat of the specified primer. Before the specified spot or touchup coating of metal surfaces, edges, corners, crevices, welds, and bolts in the area of the spot or touchup coating shall be given a brush coat of primer. This patch, spot, or touchup coating shall be completed, and the paint film shall be dry and hard,* before additional coating is applied. 3-3.02. Epoxy. When used, epoxy shall be applied in accordance with the coating manufacturer's recommendations, including temperature limitations and protection from sunlight until top -coated. When concrete is to be coated, coatings shall not be applied to concrete surfaces in direct sunlight or when the temperature of the concrete is rising. Preferably the coating shall be applied when the temperature of the concrete is dropping.. When applying high build epoxy coatings with a roller or brush and where a dry �} film thickness of at least 4-6 mils [100-150 pm] per coat is required, two or more f (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -10- ` (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 L coats shall be applied to achieve the recommended dry film thickness equal to a spray applied coating. 3-3.03. Coal Tar Epoxy. When used, the application of coal tar epoxy, including time limits for recoating, shall conform to the recommendations of the coating manufacturer. When concrete is to be coated, coatings shall not be applied to concrete surfaces in direct sunlight or when the temperature of the concrete is rising. Preferably the coating shall be applied when the temperature of the concrete is dropping. 3-3.04. Vinyl Ester. When used, the application of vinyl ester coating system, including time limits for recoating and temperature requirements of the materials, shall conform to the recommendations of the coating manufacturer. 3-3.05. Film Thickness. The total coating film thickness including intermediate coats and finish coat, shall be not less than the following: Type of Coating Medium consistency coal tar Coal tar epoxy (two coats) Epoxy Floors (two coats) Surfaces with first coat of epoxy and final coat of aliphatic polyurethane Surfaces with first and second coat of epoxy and final coat of aliphatic polyurethane Other surfaces (two coats) Immersion service (three coats) Flake -filled epoxy (two coats) Vinyl ester Zinc, epoxy, polyurethane Surfaces with first coat of zinc, intermediate coat of epoxy, and final coat of aliphatic polyurethane Heat -resistant (silicone) High heat -resistant (silicone) Other (one coat) Other (two coats) (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -11- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 14009 ) Minimum Dry Film Thickness 20 mils [500 pm]. 20 mils [500 -pm]. 10 mils [250 pm]. 7 mils [175 pm] (5 mils [125 pm] DFT for epoxy plus 2 mils [50 pm] DFT for aliphatic polyurethane). 12 mils [300 pm] (10 mils [250 pm] DFT for epoxy plus 2 mils [50 pm] DFT for aliphatic polyurethane). 10 mils [250 pm]. 15 mils [375 pm]. 30 mils [750 pm]. 30 mils [750 um]. 10 mils (250 um], 3 mils [75 pm] zinc, 5 mils [125 um] epoxy, plus 2 mils [50 pm] for aliphatic polyurethane. 3 mils [75 pm]. 3 mils [75 pm]. 5 mils [125 pm]. 10 mils [250 um]. FINAL April 30, 2012 3-3.06. Weather Conditions. Coatings shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied coating. Coatings shall not be applied at temperatures lower than the minimum temperature recommended by the coating manufacturer, or to metal surfaces such as tanks or pipe containing cold water, regardless of the air temperature, when metal conditions are likely to cause condensation. When necessary for proper application, a temporary enclosure shall be erected and kept heated until the coating has fully cured. Coatings shall not be applied at temperatures higher than the maximum temperature recommended by the coating manufacturer. Where coatings are applied during periods of elevated ambient temperatures, Contractor and the coatings manufacturer shall be jointly responsible to ensure that proper application is performed including adherence to all re -coat window requirements. Precautions shall be taken to reduce the temperature of the surface application, especially for metal, at elevated temperatures above 100°F [38°C] including shading application area from direct sunlight, applying coating in the evening or at night, and ventilating the area to reduce the humidity and temperature, Vinyl ester coating materials, when required, shall be maintained during transportation, storage, mixing, and application at the temperature required by the coating manufacturer, 350F [2°C] to 90OF [320C]. 3-4. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces damaged prior to acceptance by Owner shall be spot primed and recoated with materials equivalent to the original coatings. If, in the opinion of Engineer, spot repair of the damaged area is not satisfactory, the entire surface or item shall be recoated. 3-5. PROTECTION OF SURFACES. Throughout the work Contractor shall use drop cloths, masking tape, and other suitable measures to protect adjacent surfaces. Contractor shall be responsible for correcting and repairing any damage resulting from its or its subcontractors' operations. Coatings spilled or spattered on adjacent surfaces which are not being coated at the time shall be immediately removed. Exposed concrete or masonry not specified to be coated which is damaged by coatings shall be either removed and rebuilt or, where authorized by Owner, coated with two coats of masonry coating. 3-6. FIELD QUALITY CONTROL. The following inspection and testing shall be performed: surface profile, visual inspection, and wet and dry film thickness testing. All inspection and testing shall be witnessed by Engineer. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -12- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 3-6.01. Surface Profile Testing. The surface profile for ferrous metal surfaces shall be measured for compliance with the specified minimum profile. The surface profile for concrete shall comply with SSPC 13/NACE 6 Table 1 for severe service. 3-6.02. Visual Inspection. The surface of the protective coatings shall be visually inspected. 3.6.03. Film Thickness. Coating film thickness shall be verified by measuring the film thickness of each coat as it is applied and the dry film thickness of the entire system. Wet film thickness shall be measured with a gauge that will measure the wet film thickness within an accuracy of 0.5 mil [12.5 pm]. Dry film thickness shall be measured in accordance with SSPC-PA 2. 3-6.04. Spark Testing. Not required. 3-6.05. Adhesion Testing. Not required. KY-10I:) 3-7. FIELD PRIMING SCHEDULE. In general, steel and cast iron surfaces of equipment are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Damaged or failed shop coatings which have been determined unsuitable by Engineer shall be removed and the surfaces shall be field coated, including prime coat (if any). Galvanized, aluminum, stainless steel, and insulated surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be: Surface To Be Primed Equipment, surfaces to be coated with Aliphatic polyurethane Epoxy Coal tar coating Vinyl ester Steel and cast iron, surfaces to be coated with Epoxy Coal tar coating Aluminum Galvanized Copper Stainless steel Material Universal primer. Same as finish coats. Same as finish coats. Same as finish coats. Same as finish coats or inorganic zinc. Same as finish coats. Epoxy. Epoxy. Epoxy. Epoxy. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -13- (Plant 4 Blower Building Ventilation Modifications) ` (B&V PN 14009 ) FINAL April 30, 2012 Surface To Be Primed Plastic surfaces, including PVC and FRP Insulated piping Concrete, surfaces to be coated with epoxy For damp -proofing For all other surfaces Concrete block exposed in exterior locations Concrete block to be coated with epoxy Material Same as finish coats. As recommended by manufacturer of finish coats. Epoxy. Epoxy concrete filler and surfacer. Epoxy concrete block filler. Epoxy concrete block filler. Unless otherwise recommended by the coating manufacturer or specified herein, priming will not be required on concrete, or concrete block, nor on metal surfaces specified to be coated with coal tar epoxy, and heat -resistant coatings. Concrete surfaces to be coated with epoxy shall be filled with epoxy concrete filler and surfacer so that a continuous film is obtained, except where concrete is damp - proofed with epoxy. 3-8. FINISH COATING SYSTEMS. The following schedule lists coatings systems and coating surface designations. See Articlel-3 for a definition of the surface designations. No. Finish Coating Systems Coating Surface Designation A C E F G H P 1. Epoxy — One coat x x x 2. Epoxy — Two coats x x x x x x 3. Epoxy / NSF — Two coats x x 4. Epoxy — Three coats x x x 5. Epoxy / NSF — Three coats x x x 6. Epoxy — First coat Aliphatic polyurethane — Finish coat x x x x x x 7. Epoxy — First and second coat Aliphatic polyurethane — Finish coat x x x x x 8. Universal primer — First coat Aliphatic polyurethane — Finish coat x x (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -14- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 14009 ) FINAL April 30, 2012 I No. Finish Coating Systems Coating Surface Designation A C E F G H I P. 9. Medium consistency coal tar — Two coats x x x 10. Coal tar epoxy — Two coats x x x 11. Vinyl ester — Two coats x x x 12. Heat resistant — Two coats x 13. High heat resistant — Two coats x 14. Zinc primer — First coat Epoxy — Intermediate coat Aliphatic polyurethane — Final coat x x 15. Flake -filled epoxy x x 3-8.01. Surfaces Not To Be Coated. Unless otherwise specified, the following surfaces shall be left uncoated: Exposed aluminum, except ductwork. Polished or finished stainless steel. Unfinished stainless steel, except flashings and counter flashings, shall be coated. Nickel or chromium. Galvanized surfaces, except piping, conduit, ductwork, and other items specifically noted. Rubber and plastics, except as specified. Exterior concrete. FRP wastewater troughs. Surfaces specified to be factory finished. 3-8.02. Shop Finishing. Items to be shop finished include the following. Shop finishing shall be in accordance with the coating manufacturer's recommendations. a. All slide gates. b. All conveyors. C. Other surfaces where blast cleaning cannot be or is not recommended to be performed in the field. d. Other items as otherwise specified. (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -15- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 3-8.03. Field Coating. Items to be field coated include the following. Field coating shall be in accordance with the field priming schedule, the coating schedule, and the manufacturer's recommendations. a. Exterior surface of the sludge hopper. b. Surfaces not indicated to be shop finished and surfaces where blast cleaning can be performed in the field. C. All interior ferrous metal surfaces except stainless steel on the digester cover. d. Other items as otherwise specified. 3-9. METAL SURFACES COATING SCHEDULE. Surface To Be Coated Finish Coating System Non -galvanized and galvanized structural A6, A7, A14 and miscellaneous steel exposed to view or to the elements in exterior locations. Non -galvanized and galvanized structural A2 and miscellaneous steel exposed to view inside buildings. Unless otherwise specified, pumps, motors, E8 speed reducers, and other machines and equipment exposed to view. Metal curbs for skylights and power roof Al ventilators. Heating and air conditioning units, E8 convector covers, electrical equipment cabinets, and similar Items and equipment (unless factory finished) exposed to view. Cast Iron and steel piping inside buildings, A2 including piping to be insulated, valves, fittings, flanges, bolts, supports, and accessories, and galvanized surfaces after proper priming. Aluminum in contact with concrete. Aluminum and galvanized ductwork and conduit indoors. Aluminum and galvanized ductwork and conduit exposed to elements outdoors. F1 F1 or G1, F2 or G2 F6 or G6, F7 or G7 (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -16- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 14009 ) April 30, 2012 Surface To Be Coated Aluminum materials exposed to the elements outdoors. Finish Coatina System F6, F7 3-10. CONCRETE AND MASONRY SURFACES COATING SCHEDULE. Not used. 3-11. MISCELLANEOUS SURFACES COATING SCHEDULE. Not used. 3-12. PIPING IDENTIFICATION SCHEDULE. Exposed piping and piping in accessible chases shall be identified with lettering or tags designating the service of each piping system, marked with flow directional arrows, and color coded. Piping scheduled to be color coded shall be completely coated with the indicated colors, except surfaces specified to remain uncoated shall include sufficiently long segments of the specified color to accommodate the lettering and arrows. All other piping shall be coated to match adjacent surfaces, unless otherwise directed by Engineer. 3-12.01. Location. Lettering and flow direction arrows shall be provided on pipe near the equipment served, adjacent to valves, on both sides of wall and floor penetrations, at each branch or tee, and at least every 50 feet [15 m] in straight runs of pipe. If, in the opinion of Engineer, this requirement will result in an excessive number of labels or arrows, the number required shall be reduced as directed. 3-12.02. Metal Tags. Where the outside diameter of pipe or pipe covering is 5/8 inch [15 mm] or smaller, aluminum or stainless steel tags shall be provided instead of lettering. Tags shall be stamped as specified and shall be fastened to the pipe with suitable chains. Pipe identified with tags shall be color coded as specified. 3-12.03. Lettering. Lettering shall be painted or stenciled on piping or shall be applied as snap -on markers. Snap -on markers shall be plastic sleeves, Brady "Bradysnap-On B-915", Seton "Setmark", or equal. Letter size shall be as follows: Outside Diameter of Pipe or Covering Minimum Height of Letters 5/8 inch [15 mm] and smaller (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -17- _; (Plant 4 Blower Building Ventilation Modifications) (B&V PN 14009 ) Metal tags -1/4 inch [6 mm] FINAL April 30, 2012 Outside Diameter of Pipe or Covering Minimum Height of Letters 3/4 to 4 inches [20 to 100 mm] 314 inch [20 mm] 5 inches [125 mm] and larger 2 inches [50 mm] 3-12.04. Color Codinq and Lettering. Electrical conduit shall be coated to match adjacent ceiling or wall surfaces as directed by Engineer. Vent lines shall be coated to match surfaces they adjoin. End of Section (City of Lubbock, Texas ) 09940 (Southeast Water Reclamation Plant) -18- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 14009 ) FINAL April 30, 2012 SURFACE DESCRIPTION SYSTEM NO. - SURFACE PREPARATION DESCRIPTION Ir Solvent SSPC-SP1 1. Ferrous Metal Nonimmersion SSPC-SP6 r Ferrous Metal Immersion r SSPC-SP10 177 SSPC-SP-5 1- Other COATING mis T MANUFACTURER AND PRODUCT First Coat (Primer) Second Coat Third Coat Total Not less than minimum thickness specified. System Notes: (Attached if needed.) Project: Coatings Manufacturer: Initials Painting Applicator: Initials BLACK & VEATCH COATING SYSTEM DATA SHEET Fig 1-09940 (City of Lubbock, Texas ) 09940F1 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 *** Page Intentionally Left Blank *" Section 10200 LOUVERS AND VENTS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of combination louver/dampers. Control dampers are covered in other sections. 1-2. GENERAL. Combination louver/dampers shall be furnished and installed as specified herein and in accordance with the details, louver schedule, or arrangements indicated on the Drawings. Combination louver/dampers shall be of the sizes required for opening sizes indicated on the Drawings. Actual opening sizes for louver/dampers scheduled for insertion within existing construction shall be field verified. Actual louver sizes shall allow for shim and caulk space. 1-3. SUBMITTALS. Complete specifications and detailed drawings covering arrangement, dimensions, hardware, accessories, and details of construction and installation of the louver/dampers shall be submitted in accordance with the Submittals Procedures section. 1-4. COLOR SELECTION. Not used. 1-5. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Product Delivery Requirements section. Handling and storage shall be in accordance with the Product Storage and Handling Requirements section. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, scratches, or damages of any kind. Damaged materials shall be promptly replaced. Materials shall be stored off the ground and protected from the weather. PART 2 - PRODUCTS 2-1. PERFORMANCE AND DESIGN CRITERIA. 2-1.01. Governing Standard. Except as modified or supplemented herein, all combination louver/dampers shall be certified to meet the performance criteria specified and outlined by AMCA Standard 500. (City of Lubbock, Texas ) 10200 t (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-1.02. Finishes. Combination louver/dampers shall have a clear anodized finish. Clear anodized finishes shall meet the standards of the Aluminum Association AA-C22A41 with 0:7 mils [18 pm] surface depth treatment. 2-1.03. Construction. Combination louver/dampers shall be of aluminum construction and shall be the product of one manufacturer. Louver/dampers shall be furnished complete with all hardware and appurtenances necessary for a satisfactory installation. The louver/dampers shall have extended sills as shown on the Drawings. Combination type weather louver/dampers shall be architectural style continuous front blades with concealed mullions and adjustable real airfoil blades. 2-1.04. Performance Requirements. 2-1.04.01. Combination Louver/Damper Type. The velocity at which the beginning point of water penetration occurs for combination type weather louver/dampers shall be at least 790 fpm [241 mpm]. The minimum free area for a 48 inches x 48 inches [1220 mm x 1220 mm] louver shall be 54 percent. The maximum static pressure loss at 600 fpm [183 mpm] shall be 0.08 inches [2.0 mm] wc. 2-2. ACCEPTABLE PRODUCTS. 2-2.01. Combination Type Weather Louver/Dampers. Subject to the requirements specified herein, combination type weather louver/dampers shall be equivalent to the following: Ruskin "ELC-6375DAX" Swartout "CE61 D" 2-2.02. Acoustical Louvers. Not used. 2-2.03. Brick Vents. Not used. 2-2.04. Accessories. Combination louver/dampers shall have aluminum removable bird screens. 2-3. MATERIALS. Aluminum Extrusions ASTM B221, Alloy 6063-T5, minimum (City of Lubbock, Texas ) 10200 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 0.125 inch [32 mm] thick. Bird Screen 0.051 inch [1.3 mm] expanded, 0.50 inch flattened bird screen. PART 3 - EXECUTION 3-1. GENERAL. Products shall be installed in accordance with this section, the manufacturer's instructions, and as indicated on the Drawings. Complete specifications and detailed drawings covering arrangement, dimensions, hardware, accessories, and details of construction and installation of the louvers and vents will be made available to the louver and vent installer. 3-2. INSTALLATION. The combination louver/dampers shall be installed with anchors suitable for the adjacent material and shall be caulked as specified in the caulking section. When required, bird screens shall be installed on the louver/dampers. Where aluminum work is to be attached to steel supporting members or other dissimilar metal, the aluminum shall be kept from direct contact with such metals by a heavy coat of epoxy enamel in accordance with the Architectural Painting section. Aluminum surfaces which will be in contact with concrete or masonry when installed shall be given a heavy coat of epoxy enamel. All paint shall be dry and hard when the coated parts are installed. End of Section (City of Lubbock, Texas ) 10200 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 *** Page Intentionally Left Blank *** a Section 15050 BASIC MECHANICAL BUILDING SYSTEMS MATERIALS AND METHODS PART 1 - GENERAL 1-1. SCOPE. This section covers general mechanical building system requirements as referenced from other sections and furnishing and installation of: Mechanical identification for the plumbing and heating, ventilating, and air conditioning systems. Protective coatings for ductwork and equipment without special coatings shall be as specified in the Protective Coatings sections. 1-2. GENERAL. Materials furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the Drawings, Specifications, engineering data, instructions, and recommendations of the manufacturer unless exceptions are noted by the Engineer. 1-2.01. Coordination. Where two or more units of the same class of materials are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. f 1-2.02. General Equipment Stipulations. The General Equipment Stipulations I shall apply to all materials furnished under this section. If requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1-2.03. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable local codes and ordinances, laws, and regulations which pertain to such work. In case of a conflict between these specifications and any state law or local ordinance, the latter shall govern. 1-2.04. Metal Thickness. Metal thickness and gages specified herein are minimum requirements. Gages refer to US Standard gage. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. Complete information, detailed specifications, and data covering materials, parts, devices, and accessories forming a part of the materials furnished; shall be submitted in accordance with the Submittals (City of Lubbock, Texas ) 15050 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Procedures section. Number Plates Product data on number plates. A listing of equipment to receive number plates shall be submitted. Equipment Motors Name of Manufacturer. Type and Model. Horsepower (kW) rating and service factor. Temperature rise and insulation rating. Full load rotative speed. Type of bearings and method of lubrication. Net weight. Overall dimensions. Efficiency at full, 3/4, and 1/2 loads. Full load current and power factor. Locked rotor current. 1-4. QUALITY ASSURANCE. 1-4.01. Welding Qualifications. All welding procedures and welding operators shall be qualified by an independent testing laboratory in accordance with the applicable provisions of AWS Standard Qualification Procedures. All procedure and operator qualifications shall be in written form and subject to Engineer's review. Accurate records of operator and procedure qualifications shall be maintained by Contractor and made available to Engineer upon request. 1-4.02. Manufacturer's Experience. Unless the equipment manufacturer is specifically named in this section, the manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. All equipment shall be designed and selected to meet the specified conditions. Where equipment is provided with special coatings, unit capacities shall be corrected to account for any efficiency losses from the selected special coating. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. 2-2.01. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the Drawings is based on typical (City of Lubbock, Texas ) 15050 1- (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL '. (B&V PN 140092 ) April 30, 2012 [A �E values of the first manufacturer listed. Contractor shall review the contract Drawings, the manufacturer's layout drawings, and installation requirements and shall make any modifications required for proper installation subject to acceptance by Engineer. 2-2.02. Elevation. Equipment shall be designed to operate at the elevation indicated in the General Equipment Stipulations section. All equipment furnished for sites above 2000 feet [610 m] above sea level shall be properly derated to operate and meet the specified capacities at the site conditions. 2-2.03. Equipment Efficiencies. Unless otherwise indicated in the respective equipment paragraph, the equipment efficiency shall be in accordance with the requirements of ASHRAE Energy Standard 90.1. 2-2.04. Drive Units. Drive units shall be designed for 24 hour continuous service. 2-2.04.01. V-Belt Drives. Each V-belt drive shall include a sliding base or other suitable belt tension adjustment. V-belt drives shall have a service factor of at least 1.5 at maximum speed based on the nameplate horsepower [kW] of the drive motor unless otherwise indicated in the specific equipment paragraph. Multiple belts shall be provided in matched sets and shall be oil resistant, non - static type. External belts and drive assemblies shall be protected by a belt safety guard constructed in accordance with OSHA requirements. The guard shall be provided with a tachometer opening. Unless otherwise indicated in the specific equipment paragraph, equipment with smaller than 10 horsepower [7.5 kW] motors shall have adjustable pitch sheaves and equipment with 10 horsepower [7.5 kW] and larger motors shall have fixed sheaves. Adjustable sheaves shall be selected so that the fan speed at the specified conditions is selected at the mid -position of the sheave range. Fixed sheaves shall be replaced as necessary with sheaves of the proper size during the air system balancing to provide the required speed for the specified airflow. 2-2.04.02. Electric Motors. Motor horsepower scheduled on the Drawings are minimum motor horsepower. Larger motors shall be provided if required to meet the specified capacities for the equipment furnished. Motors furnished with equipment shall meet the following requirements. a. Premium efficient motors with a minimum efficiency of at least 93% shall be provided where available as a standard option. All other motors shall meet the minimum efficiency standards required by the Energy Policy Act (EPACT) of 1992. (City of Lubbock, Texas ) 15050 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL i (B&V PN 140092 ) April 30, 2012 i_ b. Designed and applied in accordance with NEMA, ANSI, IEEE, } AFBMA, and NEC for the duty service imposed by the driven equipment, such as frequent starting, intermittent overload, high inertia, mounting configuration, or service environment. c. Rated for continuous duty at 40°C ambient. _m d. Motors used in applications which exceed the usual service conditions as defined by NEMA, such as higher than 400C ambient, altitude exceeding 3,300 feet [1005 m], explosive or corrosive environments, departure from rated voltage and frequency, poor ventilation, frequent starting, or adjustable frequency drive applications, shall be properly selected with respect to their service conditions and shall not exceed specified temperature rise limits in accordance with ANSUNEMA MG 1 for insulation class, service factor, and motor enclosure type. e. To ensure Ion life motors shall have nameplate horsepower kW g � p p [ ] equal or greater than the maximum load imposed by the driven equipment and shall carry a service factor rating as follows: Motor Size Enclosure Service Factor Fractional hp [kW] Open 1.15 Other Than Open 1.0 Integral hp [kW] Open 1.15 F Other Than Open 1.0 3 Motors used with adjustable frequency drives shall have a 1.15 service factor on sine wave power and a 1.0 service factor on drive power. f. Designed for full voltage starting. g. Designed to operate from an electrical system that may have a maximum of 5 percent voltage distortion according to IEEE 519. h. Totally enclosed motors shall have a continuous moisture drain that also excludes insects. i i. Bearings shall be either oil or grease lubricated. j. Motor nameplates shall indicate as a minimum the manufacturer name 3 and model number, motor horsepower, voltage, phase, frequency, speed, full load current, locked rotor current, frame size, service factor, power factor, and efficiency. k. Dripproof motors, or totally enclosed motors at Contractor's option, J shall be furnished on equipment in indoor, above -grade, clean, and dry locations. I. Totally enclosed motors shall be furnished on: j (City of Lubbock, Texas ) 15050 4� ' (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 .t (1) Outdoor equipment. (2) Equipment for installation below grade. (3) Equipment operating in chemical feed and chemical handling locations. (4) Equipment operating in wet or dust -laden locations. m. Explosionproof motors shall be furnished as specified by applicable codes or as specified in other sections. n. A manufacturer's standard motor may be supplied on packaged equipment and fans in which case a redesign of the unit would be required to furnish motors of other than the manufacturer's standard design. However, in all cases, the motor types indicated are preferred and shall be furnished if offered by the manufacturer as a standard option. o. Motors used with adjustable frequency drives shall have insulation system meeting the requirements of NEMA MG 1, Part 31. 2-3. MANUFACTURE AND FABRICATION. 2-3.01. Welding. All welds shall be continuous (seal type) on submerged or partially submerged components. 2-3.02. Anchor Bolts and Expansion Anchors. Anchor bolts, expansion anchors, nuts, and washers shall be as indicated in the Anchorage in Concrete and Masonry section unless otherwise indicated on the Drawings. 2-3.03. Edge Grinding. Sharp corners of cut or sheared edges which will be submerged in operation shall be dulled by at least one pass of a power grinder to improve paint adherence. 2-3.04. Surface Preparation. All iron and steel surfaces, except motors, shall be shop cleaned by sandblasting or equivalent, in strict conformance with the paint manufacturer's recommendations. All mill scale, rust, and contaminants shall be removed before shop primer is applied. 2-4. MATERIALS. 2-4.01. Mechanical Identification. Mechanical identification consisting of equipment number plates, equipment information plates, valve tags, and ductwork identification shall conform to the requirements of the Equipment and Valve Identification section and as indicated herein. 2-4.01.01. Number Plates. Hand -lettered or tape labels will not be acceptable. (City of Lubbock, Texas ) 15050 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Number plates for control equipment such as but not limited to thermostats, control stations, and emergency ventilation shutoff switches shall in addition to the specific device identification list the controlled equipment in parenthesis below the device number. 2-4.01.02. Piping. Not used. 2-4.01.03. Valves. Not used. 2-4.01.04. Ductwork. Not used. 2-4.02. Seismic Design. Not used. PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section shall be installed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the manufacturer, unless exceptions are noted by the Engineer. The installation of identifying devices shall be coordinated with the application of covering materials and painting where devices are applied to surfaces. All surfaces to receive adhesive number plates shall be cleaned before installation of the identification device. End of Section (City of Lubbock, Texas ) 15050 ' (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Section 15880 AIR DISTRIBUTION SYSTEMS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of air distribution equipment, fans, ductwork, duct mounted devices, and appurtenances associated with the heating, ventilating, and air conditioning (HVAC) systems. Piping, pipe supports, valves, and accessories which are not an integral part of the equipment or are not specified herein are covered in other sections. 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the Drawings, Specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by Engineer. 1-2.01. Coordination. Contractor shall verify that each component of the system is compatible with all other parts of the system; that all ductwork, materials, fans, and motor sizes are appropriate; and that all devices necessary for a properly functioning system have been provided. Where two or more units of the same class of equipment are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one. manufacturer. Where several manufacturers' names have been listed in this section as possible suppliers, only the products of the first manufacturer listed have been checked for size, functions, and features. 1-2.02. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment and materials furnished under this section. If requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1-2.03. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between this section and any state law or local ordinance, the latter shall govern. All work shall comply with UL safety requirements. (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 1-2.04. Power Supply. Power supply to equipment with motors shall be as indicated in schedules on the Drawings. Power supply for controls shall be 120 volts, 60 Hz, single phase unless otherwise required for a properly operating system. 1-2.05. Metal Thickness. Metal thickness and gages specified herein are minimum requirements. Gages refer to US Standard gage. 1-2.06. Mechanical Identification. Mechanical identification shall conform to the requirements of the Basic Mechanical Building Systems Materials and Methods section. 1-3. SUBMITTALS, 1-3.01. Drawings and Data. Complete assembly and installation drawings, and wiring and schematic diagrams, together with detailed specifications and data covering materials, parts, devices, and accessories forming a part of the J equipment furnished, shall be submitted in accordance with the Submittals Procedures section. Device tag numbers indicated on the Drawings shall be referenced on the wiring and schematic diagrams where applicable. The data t and specifications for each unit shall include, but shall not be limited to, the following: Fans Name of manufacturer. Type and model. Construction materials, thickness, and finishes. Overall dimensions and required clearances. Net weight and load distribution. Performance curves with the specified operating point clearly identified for each unit, type, and model, with capacity in cubic feet per minute [m3/s] as the abscissa and brake horsepower, static pressure, and efficiency as the ordinate. The fan curves shall include a family of curves for at least 3 different rotative speeds on a single chart. Certified AMCA standard test code sound power output data for the fan outlet and casing when operating at the specified volume flow rate. Sound data shall list dB re 10-12 watts in each octave band, with midrange frequencies starting at 63 Hz and ending at 8,000 Hz. Where specified, information on equipment manufacturers' representatives. 1-3.02. Operation and Maintenance Data and Manuals. Adequate operation and maintenance information shall be supplied as required in the Submittals Procedures section. Operation and maintenance manuals shall be submitted in (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 1.1 accordance with the Submittals Procedures section. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. In addition to the requirements of the Submittals Procedures section, the operation and maintenance manuals shall include a listing of all filter locations, types, sizes, and quantities associated with each piece of equipment. 1-4. QUALITY ASSURANCE. Quality assurance shall comply with the requirements of the Basic Mechanical Building Systems Materials and Methods section. 1-5. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Product Delivery Requirements section. Handling and storage shall be in accordance with the Product Storage and Handling Requirements section. 1-6. EXTRA MATERIALS. Extra materials shall be furnished for the equipment as specified in the individual equipment paragraphs. Extra materials shall be packaged in accordance with the Product Delivery Requirements section, with labels indicating the contents of each package. Each label shall indicate manufacturer's name, equipment name, equipment designation, part nomenclature, part number, address of nearest_ distributor, and current list price. Extra materials shall be delivered to Owner as directed. Extra materials subject to deterioration such as ferrous metal items and electrical components shall be properly protected by lubricants or desiccants and encapsulated in hermetically sealed plastic wrapping. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. All equipment shall be designed and selected to meet the specified conditions. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Equipment and coil capacities shall be as indicated on the schedules. Where equipment is provided with special coatings, unit capacities shall be corrected to account for any efficiency losses from the selected special coating. Each fan's operating selection point on the fan curves shall be selected to the right of the peak pressure/efficiency point and below the lowest point along the fan curve to the left of the peak pressurelefficiency point. (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-2.01. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the Drawings is based on typical values of the first manufacturer listed. Contractor shall review the contract Drawings, the manufacturer's layout drawings, and installation requirements and shall make any modifications required for proper installation subject to F acceptance by Engineer. At least 3 feet [0.9 m] of clear access space shall be provided on all sides of the unit unless otherwise indicated. 2-2.02. Elevation. All equipment furnished for sites above 2000 feet [610 m] above sea level shall be properly derated to operate and meet the specified capacities at the site conditions. 2-3. ACCEPTABLE MANUFACTURERS. Acceptable manufacturers shall be as listed in the respective product description paragraphs. 2-4. MATERIALS. 2-4.01. Packaaed Air Hand lina Units. Not used. 2-4.02. Furnaces. Not used. Yr ' 2-4.03. Central Station Air Hand lina Units. Not used. 2-4.04. Coils. Not used. 2-4.05. Makeuq Air Units. Not used. 2-4.06. Fans. Fans shall be rated in accordance with AMCA standards, shall be licensed to bear the AMCA Certified Rating Label unless otherwise indicated in , the schedules on the Drawings, and shall be UL listed. Surfaces in contact with the airstream shall comply with the requirements of ASHRAE 62.1. Each fan shall be complete with an electric motor, factory mounted safety disconnect switch with wiring to the motor, drive, and accessories required for satisfactory operation. Belt -driven fans shall be complete with a V-belt drive designed for 50 percent overload capacity, sheaves, adjustable base or rails for F belt tightening, and a belt guard. Adjustable pitch sheaves shall be furnished for i fans with less than 10 horsepower [7.5 kW] motors and fixed sheaves for 10 horsepower [7.5 kW] and larger motors. Adjustable sheaves shall be selected so that the fan speed at the specified conditions is at the mid -position of the sheave range. Sheaves shall be replaced with sheaves of the proper size after the air system balancing if necessary, to provide the required fan speed for the specified airflow. (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 ..i Fan drive motors shall be as specified in the Electrical paragraph, unless otherwise indicated. Fans shall be suitable for use with the power supply indicated on the Drawings. Fans indicated in the schedules on the Drawings to be explosionproof shall be suitable for installation in a NEC Class I, Division 2, Group D environment. The external static pressure values indicated in the schedules on the Drawings are external to the complete unit. Internal fan housing and when furnished, backdraft damper and filter losses are not included. An allowance of 0.35 inch water column [0.087 kPa] shall be used for pleated filter losses. 2-4.06.01. Extra Materials. Extra Materials Sets of matched belts per fan 2-4.06.02. Cabinet Fans. Not used. 2-4.06.03. Duct Fans. Not used. 2-4.06.04. Fume Hood Exhaust Fans. - Not used. 2-4.06.05. Power Roof Ventilators. Not used. 2-4.06.06. Propeller Fans. Not used. 2-4.06.07. Roof Supply Fans. Not Used. 2-4.06.08. Utility Fans. Not used. 2-4.06.09. Vaneaxial Fans. Not used. 2-4.06.10. Wall Fans. Not used. Quantity 1 2-4.06.11. Mixed Flow Fans. Inline mixed flow fans, denoted by the symbol "MF" and an identifying number as indicated in the Existing Blower Building, Blower Room Ventilation Recommendations description, shall be Greenheck "Model QEI-60". Other fan manufacturers are not acceptable for this application. Inline mixed flow fan housing shall consist of a welded heavy -steel housing with inlet and out flanges duct mounting collars. The housing and bearing supports shall be constructed of steel members. Welded steel vanes shall straighten the (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 flow of air from the fan discharge. The fans shall allow for field rotation of motor positions and be base mounted on spring base isolators. Motors and drives shall be isolated from the airstream. The wheel shaft shall be of ground and polished steel, mounted in heavy-duty, relubricatable sealed bearings with a minimum L50 service life of at least 200,000 hours at the equipment's maximum cataloged operating conditions. The fan wheel shall have a wheel cone, spherical back plate, and single thickness cambered blades. Mixed flow fans shall be statically and dynamically balanced to ensure quiet, vibration -free operation, and be suitable for horizontal mounting. Fans shall include bolted access doors for servicing internal parts without removing the fan from the ductwork; belt guards; extended copper lubrication lines; polyester urethane coatings; spring base isolators, and NEMA 1 disconnect switches. Flexible wiring leads shall be provided from the fan motor to the safety disconnect switch which shall be accessible for servicing without disconnecting the field wiring. 2-4.07. Roof Hoods. Roof hoods, denoted by the symbol "RH" and an identifying number, shall be Greenheck "Model FGI", PennBarry, or Loren Cook. Roof hoods shall be suitable for air intake and shall have throat dimensions as indicated in the schedules on the Drawings. The roof hood assembly shall be constructed of aluminum. Each roof hood shall be complete with a weather hood sized to limit the face velocity to 500 feet per minute [2.5 m/s], a 1/2 inch [13 mm] mesh bird screen of material to match the roof hood assembly over all openings, and a mounting base suitable for installation on a curb as indicated on the Drawings 2-4.08. Air Terminal Units. Not used. 2-4.09. Dampers. 2-4.09.01. Backdraft Dampers. Backdraft dampers, denoted by the symbol "BDD" not specified to be furnished with equipment, shall be Arrow United Industries "Type 655", or Ruskin "13136". Backdraft dampers shall be constructed with a 1 by 4 inch by 0.081 inch thick [25 by 100 mm by 2 mm] extruded - aluminum frame. Blades shall be at least 0.070 inch [1.75 mm] aluminum with blade edge seals mechanically locked to blade edge and aluminum shafts operating in synthetic bearin s. The leakage rate shall not exceed 20 cubic feet per minute per ft2 [102 Us/my] when tested at 1 in we [0.25 kPa] for all sizes 24 inches [610 mm] wide and above. 2-4.09.02. Control Dampers. Not used. fi3 (City of Lubbock, Texas ) 15880 1- Y (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 i �. t a. Duct Mounted Control Dampers. Not used. b. Wall Mounted Control Dampers. Not used. c. Round Control Dampers. Not used. 2-4.09.03. Fire Dampers. Not used. 2-4.09.04. Smoke Dampers. Not used. 2-4.09.05. Combination Fire/Smoke Dampers. Not used. 2-4.09.06. Volume Control Dampers. Volume control dampers shall be denoted by the symbol "VCD". Aluminum volume control dampers shall be Reliable Products "Model 5RAFBCD6", or Ruskin "Model CD50". Rectangular volume control dampers shall be fabricated with a 1 by 5 inch by 0.081 inch thick [125 mm by 2 mm] extruded aluminum frame and parallel operating blades. Blades shall be of .125 inch [3 mm] thick aluminum airfoil shaped with steel shafts and ball bearings. The dampers shall be provided with adjustment quadrants and locking devices so arranged that the position of the damper will be indicated and the damper will not move when locked. 2-4.10. Damper Operators. The damper operators shall be direct coupled or foot -mounted type. Where foot -mounted type operators are used, each operator shall be complete with all necessary crank arms, ball joint connectors, push rods, linkages, and mounting brackets. Each operator shall have sufficient torque to operate the connected control damper area. Each damper operator shall have at least a 50 inch -pound [5.6 N- m] normal running torque. Where the required damper torque exceeds the damper operator running torque rating, multiple operators or operators with a greater running torque shall be furnished to produce the torque required to operate the damper. Control dampers shall fail to the closed position unless otherwise indicated on the Drawings. Face dampers shall fail to the closed position and bypass dampers to the open position. Where damper operators are installed in hazardous areas indicated on the Drawings, the operators shall be furnished and installed in explosionproof housings suitable for installation in an NEC Class I, Division 1 and 2, Group D area. Where damper operators are installed outdoors, the operators shall be furnished and installed in weathertight enclosures. (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -7- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-4.10.01. Electric Damper Operators. The electric damper operators shall be two -position or modulating type, as indicated in the sequence of operation or schedules on the Drawings a. Modulating Electric Damper Operators. Not used. b. Two -Position Electric Damper Operators. Two -position direct coupled electric damper operators shall be Belimo "NF120-S" or AF120-S", Honeywell "MS4100 Series", or Johnson Controls. Foot -mounted type electric damper operators shall be Honeywell "Model M4185", or Johnson Controls "Model M100". Two -position electric damper operators in hazardous areas shall be installed in explosion proof housings. Damper operators shall be spring return and shall have one internal spdt auxiliary switch rated 5 amperes at 120 volts ac or the power supply available from the temperature control system furnished. Damper operators shall be suitable for operation on a 120 volt, 60 Hz, single phase power supply. Auxiliary transformers, where required, shall be factory wired to the damper operator and installed in a NEMA Type 1 enclosure fastened to the motor housing. 1. Direct coupled two position electric damper operators shall be housed in a galvanized steel or aluminum case. Operators shall use a "V" shaped bolt and cradle design to eliminate slippage on the damper shaft. Single bolt or set screw type designs are not acceptable. The operators shall be suitable for direct mounting to shafts up to 1 inch [25 mm] and shall be complete with mounting brackets and damper position indicator. 2. Foot -mounted type two -position electric damper operators shall be housed in a die-cast aluminum case with a mounting flange. Motor and gear train components shall be immersed in oil. Damper operators shall have a 3/8 inch [9.5 mm] square, double -ended drive shaft. 2-4.11. Air Outlet and Inlet Devices. Not used. 2-4.12. Flexible Connections. Flexible connections located indoors shall be Ventfabrics "Ventglas". Flexible connections installed outdoors or exposed to sunlight or weather shall be Ventfabrics "Ventlon". Ductwork connections to the air handling equipment, and where indicated on the Drawings, shall be made using fabric connectors with sheet metal collars. The fabric shall be fire resistant, waterproof, mildew -resistant, and airtight. At least (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -8- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 i 3 inches [76 mm] of fabric shall be exposed. Flexible connections shall be in accordance with the requirements of UL and NFPA. Fabric for flexible connections protected from sunlight and the weather shall be x' suitable for a temperature range of -20 to 180OF [-29 to 82°C] and shall weigh at least 27 ounces per square yard [915 g/m2]. Fabric for flexible connections exposed to sunlight or the weather shall be suitable for a temperature range of -10 to 250OF [-23 to 121 °C] and shall weigh at least 24 ounces per square yard [814 g/m2. 2-4.13. Air Filtration Eauiament. Not used. 2-4.13.01. Pleated Air Filters. Not used. 2-4.14. Draft Gauges. Not used. 2-4.15. Sheet Metal Ductwork. Ductwork, accessories, bracing, and supports shall be constructed of galvanized steel, except where otherwise specified herein. Where more than one material is indicated, ductwork, accessories, bracing, and supports shall be constructed of galvanized steel unless otherwise indicated. Ductwork, turning vanes, and other accessories shall be fabricated in accordance with the latest SMACNA HVAC Duct Construction Standards unless otherwise indicated. Accessories, bracing, and supports shall be constructed of similar materials as the ductwork. Sealants shall be suitable for the duct service and shall maintain leakage integrity at pressures in excess of the ductwork pressure classification. Sealants shall be suitable for the duct service and shall maintain leakage integrity at pressures in excess of the ductwork pressure classification. 2-4.16. Duct Insulation. Not used. 2-4.17. Flexible Duct and Takeoffs. Not used. 2-4.18. Access Doors. Access doors shall be fabricated in accordance with the latest SMACNA HVAC Duct Construction Standards. Access doors shall be double skin insulated type for insulated ductwork and single skin type for noninsulated ductwork. Insulated doors shall be insulated with the same thickness insulation as the duct in which it is installed. Duct -mounted access doors and panels shall be fabricated of the same material as the ductwork, with sealing gaskets and quick -fastening locking devices. Where access doors are insulated, a sheet metal cover shall be installed over the insulation. (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -9- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 2-5. ELECTRICAL. Electric motors and motor controls shall conform to the Basic Mechanical Building Systems Materials and Methods section. Motor starters and controls shall be furnished and installed under the Electrical section, except for equipment specified or furnished with prewired integral starters. Disconnects for equipment shall be furnished and installed under the Electrical section, except where specified with integral disconnects. All electrical controls shall have enclosures suitable for the environment and NEMA rating as indicated on the electrical Drawings. Equipment installed outdoors shall have NEMA Type 4 enclosures. 2-6. DRIVE UNITS. Electric motors, V-belt drives, and safety guards shall be in accordance with the requirements of the Basic Mechanical Building Systems Materials and Methods section. 2-7. MANUFACTURE AND FABRICATION. Manufacture and fabrication shall comply with the requirements of the Basic Mechanical Systems Materials and Methods section. 2-8. SHOP TESTING. The equipment furnished under this section shall be tested at the factory according to the standard practice of the manufacturer. Ratings shall be based on tests made in accordance with applicable AMCA, ASHRAE, ARI, NBS, NFPA, and UL Standards. 2-9. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibration shall be sufficient course for rejection of the equipment. The mass of the unit and its distribution shall be such that the resonance at normal operating speeds is avoided. In any case, the maximum measured root -mean -square (rms) value as measured at any point on the equipment shall not exceed those listed in the latest ASHRAE Applications Handbook. At any operating speed, the ratio of rotative speed to the critical speed of a unit or components thereof shall be less than 0.8 or more than 1.3. PART 3 - EXECUTION 3-1. INSPECTION. Equipment installed in facilities with limited access shall be suitable for being installed through available openings. Contractor shall field verify existing opening dimensions and other provisions for installation prior to submittal of bids. (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -10- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 C �1 1] Where penetrations through existing concrete slabs are made, the Contractor shall locate and avoid damage to all rebar, embedded conduit, etc. when making new openings. 3-2. PREPARATION. 3-2.01. Field Measurement. Contractor shall be responsible for verifying all field dimensions, and for verifying location of all equipment relative to any existing equipment or structures. 3-2.02. Surface Preparation. All surfaces to be field painted shall be dry and free of dirt, dust, sand, grit, mud, oil, grease, rust, loose mill scale, or other objectionable substances, and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a manner which will protect freshly painted surfaces from dust or other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. Surface finish damaged during installation shall be repaired to the satisfaction of Engineer. Field painting shall be as specified in the Protective Coatings section. 3-3. INSTALLATION. Equipment and materials furnished under this section shall be installed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. The space beneath baseplates shall be grouted as specified in the Grouting section. During construction, control measures as outlined in SMACNA IAQ Guidelines for Occupied Buildings under Construction shall be applied before the operation of any fan system. 3-3.01. Packaged Air Handling Units. Not used. 3-3.02. Furnaces. Not used. 3-3.03. Air Handling Units. Not used. 3-3.04. Coils. Not used. 3-3.05. Makeup Air Units. Not used. (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -11- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 3-3.06. Fans. Where indicated on the Drawings, flexible connections shall be installed between fan inlet and outlet sheet metal connections. Flexible connections shall not be in tension when the fans are operating. Where fan inlets and outlets are exposed, safety screens shall be installed over the opening. Scroll drains for equipment installed indoors shall be piped to the nearest floor drain. 3-3.07. Roof Hoods. Roof hoods shall be secured with corrosion resistant lag screws to the roof curb. 3-3.08. Air Terminal Units. Not used. 3-3.09. Dampers. Not used. 3-3.10. Damper Operators. Damper operators shall be installed on a mounting bracket rigidly attached to the damper frame or duct. Where the bracket attaches to the duct, suitable stiffeners shall be installed on the duct to prevent noticeable deflection of the duct when the damper operates.. Damper operators may be installed inside or outside the duct but consideration shall be given to the environment and duct dimensions in which the operators are installed. Where the damper installation inside the duct may or actually prevents the design airflow from being achieved, the damper operator shall be installed outside the duct. Damper operators shall be readily accessible and access doors shall be provided when the operator is installed inside the duct. The number of operators furnished for each damper shall provide the torque necessary to operate the damper. Unless otherwise indicated, control dampers shall fail to the closed position, face dampers shall fail to the closed position, and bypass dampers to the open position. 3-3.11. Air Outlet and Inlet Devices. Not used. f 3-3.12. Draft Gauges. Not used. 3-3.13. Sheet Metal Ductwork. Ductwork, turning vanes, and other accessories shall be installed and supported in accordance with the latest SMACNA Duct - Construction Standards. The locations, arrangement, and sizes of ductwork shall be as indicated on the Drawings. The duct sizes indicated are clear dimensions inside the duct or duct lining. Sheet metal sizes are larger for ductwork with .--4 interior linings. (City of Lubbock, Texas ) 15880-` (Southeast Water Reclamation Plant) -12- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 Ductwork shall be fabricated, reinforced, supported, and sealed for the operating '! pressures indicated in the schedules for the connected equipment. All ductwork shall have a pressure classification of at least 1 inch [25 mm]. Sheet metal ductwork shall be sealed according to the classifications described in the SMACNA HVAC Duct Construction Standards in accordance with the following: Duct Type Supply Exhaust Return s 2 inches > 2 inches Duct Location we [0.5 kPa] we [0.5 kPa] Outdoors A A A A Unconditioned Areas B A B B Conditioned Spaces (concealed ductwork) C B B C (exposed ductwork) A A B B Sealing Levels A - All transverse joints, longitudinal seams, and duct wall penetrations B - All transverse joints and longitudinal seams C - Transverse ioints oniv All joints, seams, connections, and penetrations in ductwork located outdoors shall be sealed watertight and weatherproof. Transverse joints shall be flanged and shall be provided with a continuous gasket and flange cap. Ductwork shall be supported as required by SMACNA. Where ductwork is connected to equipment, it shall be independently supported with no weight bearing on the equipment and in such a manner that the equipment maybe removed for service without temporary support of the ductwork. Ductwork shall be supported within 24 inches [600 mm] of each elbow and within 48 inches [1200 mm] of each branch intersection. Strap or wire hangers shall not be used where the hanger length exceeds 5 feet [1.5 m]. Ductwork shall be constructed and installed in accordance with the Drawings. When acceptable to Owner, modifications in the size and location of ductwork may be made where required to avoid interference with the building structure, piping systems, or electrical work. The installation shall be coordinated with other phases of work to establish space and clearance requirements. Unless otherwise indicated by a bottom of duct elevation, all ductwork shall be routed as high as possible, with a minimum height of 8 feet [2.4 m] above the finished floor. Ductwork installed above suspended ceilings shall be installed with at least 8 inch [200 mm] lighting allowance between the ceiling and the bottom of the ductwork. (City of Lubbock, Texas ) 15880 (Southeast Water Reclamation Plant) -13- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 I *** Page Intentionally Left Blank *** i a Section 15955 BUILDING SYSTEM CONTROLS PART 1 - GENERAL 1-1. SCOPE. This section covers the design, furnishing, and installation of control systems and instrumentation associated with the heating, ventilation, and air conditioning (HVAC) equipment and systems including all associated equipment, devices, and controls necessary for proper operation. 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the Drawings, Specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by Engineer. 1-2.01. Coordination. The control and instrumentation shall be designed and coordinated for proper operation with the controlled equipment and materials furnished under other sections, under other contracts, and with related existing equipment. All controls devices and instruments shall be applied in full conformity with the Drawings, specifications, engineering data, instructions, and recommendations of the device manufacturer and controlled equipment manufacturer unless exceptions are noted by Engineer. Contractor shall verify that each component of the system is compatible with all other parts of the system and that all devices necessary for a properly functioning system have been provided. Where two or more units of the same class of equipment or instrumentation are needed, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. Contractor shall provide coordination with the other contractors and supervision of installation as needed during construction. This includes products furnished but not necessarily installed, products installed but not necessarily furnished, and products not furnished and installed but integrated with the building control systems. Contractor shall coordinate with the Work to make certain that the field wiring associated with the work of this section is completed in accordance with the requirements of the heating, ventilating, and air conditioning equipment furnished and their interconnection. The temperature controls supplier shall design and (City of Lubbock, Texas ) 15955 (Southeast Water Reclamation Plant) -1- (' (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 furnish a complete and functional control system in accordance with the Drawings, specifications, and sequence of operation. The control wiring shall be furnished and installed as described herein so that all HVAC equipment will function as described in the HVAC sequence of operation Conduit and control wiring for all control circuits needed between all field mounted HVAC controlling and indicating devices, such as, but not limited to, damper and valve actuators, temperature/digital control panels, motor starters, and the HVAC equipment, shall be furnished and installed as specified in the cable and raceways paragraph. Cable and conduit for all HVAC power circuits shall be as specified in the Electrical section. All interconnecting wiring shall be appropriate for the service and shall result in a properly functioning system. Motor starters will be provided with terminal blocks for the termination of conductors for operational control and run/off status of the equipment. Refer to the electrical schematics for additional information. Where several manufacturers' names have been listed in this section as possible suppliers, only the products of the first manufacturer listed have been checked for size, functions, and features. 1-2.02. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment and materials provided under this section. if requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1-2.03. Governing Standards. Except as modified or supplemented herein, all P PP } - work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between this section and any state law or local ordinance, the latter shall govern. a When indicated by the applicable codes, panel assemblies, materials, and equipment shall be approved, identified, labeled, or listed by Underwriters' r Laboratories or other testing organization acceptable to the governing authority. 1-2.04. Power Supply. Power supply for controls shall be 120 volts, 60 Hz, single phase unless otherwise indicated or necessary for a properly operating system. 1-2.05. Metal Thickness. Metal thickness and gages specified herein are jj minimum requirements. Gages refer to US Standard gage. { 1-2.06. Mechanical Identification. Mechanical identification for equipment, i -- control devices, piping, valves, and ductwork shall conform to the requirements (City of Lubbock, Texas ) 15955-j i (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL z (B&V PN 140092 ) Apri130, 2012 of the Basic Mechanical Building Systems Materials and Methods section. 1-2.07. Lubrication. Lubrication shall conform to the requirements of the Basic Mechanical Building Systems Materials and Methods section. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. Complete assembly and installation drawings, power wiring, control wiring and schematic diagrams, together with detailed specifications and data covering materials, parts, devices, and accessories forming a part of the equipment furnished, shall be submitted in accordance with the Submittals Procedures section. Device tag numbers indicated on the Drawings shall be referenced on the wiring and schematic diagrams where applicable. The data and specifications shall include, but shall not be limited to, the following: a. Published descriptive data on each item of equipment and accessories, indicating all specific characteristics and options and identified with the designation used herein and on the Drawings. b. Detailed panel construction drawings, including description of all materials and finishes, complete internal wiring and piping schematics, panel face layout, and complete data on all mounted components. 1-3.02. Operations and Maintenance Data and Manuals. Not used. 1-4. QUALITY ASSURANCE. Quality assurance shall comply with the requirements of the Basic Mechanical Building Systems Materials and Methods section. 1-4.01. Contractors Qualification. The entire system shall be designed, coordinated, and supplied by a qualified Contractor who is regularly engaged in the business of designing and building instrument and control systems for heating, ventilating, and air conditioning equipment. The Contractor shall have at least 5 years of documented experience in designing and installation of the products specified and shall be employed by the control manufacturer or be an approved certified installer with full responsibility for proper operation of the control including startup and calibration of each component in the controls system. 5 1-4.02. Tolerances. Unless otherwise indicated, the controls shall maintain space temperatures within ±2°F [1.1,q, and the relative humidity within ±5 percent of the setpoint. (City of Lubbock, Texas ) 15955 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PIN 140092 ) April 30, 2012 1-5. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Product Delivery Requirements section. Handling and storage shall be in accordance with the Product Storage and Handling Requirements section. 1-6. EXTRA MATERIALS. Not used. PART2-PRODUCTS " 2-1. SERVICE CONDITIONS. All equipment shall be designed to meet the specified conditions. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. A complete system of automatic temperature controls shall be furnished and installed to accomplish the - control described in the sequence of operations. All control equipment shall be compatible for operating with the control system provided. The control system shall consist of all necessary thermostats, control valves, switches, relays, timers, and gauges in accordance with the sequence of operation indicated on the Drawings. Technical engineering services, including but not limited to engineering, programming, installation supervision, commissioning, and troubleshooting shall be provided for a complete and functional system. 2-2.01. Elevation. Equipment shall be designed to operate at the elevation indicated in the General Equipment Stipulations section. All equipment furnished for sites above 2000 feet [610 m] above sea level shall be properly derated to operate and meet the specified capacities at the site conditions. 2-3. ACCEPTABLE MANUFACTURERS. The temperature control components and systems shall be manufactured by Honeywell; Johnson Controls; Andover Controls; or Siemens Building Technologies, Landis Division. Where manufacturers are not specified, materials and equipment furnished shall meet the performance and design requirements indicated. 2-4. MATERIALS. All products used shall be new and part of the manufacturer's ._ current product line. Materials shall be supported for at least 5 years after completion with extra materials available. 2-4.01. Electric/Electronic Control Systems. Electric/electronic control systems shall be furnished and installed as indicated on the Drawings and specified herein.-' (City of Lubbock, Texas ) 15955 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL B&V PN 140092 ) April 30, 2012 2-4.01.01. Thermostats. Thermostats specified in the individual equipment paragraphs shall be provided with the respective equipment. a. Two Position Wall Mounted Thermostats. Two position wall mounted thermostats shall be Honeywell "T631A Airswitch", Penn Controls "Al 9BAC-1", or Siemens Building Technologies. Two position wall mounted thermostats shall be line voltage type. The thermostats shall have a range of approximately 35OF to 100°F [2°C to 38°C] with a nonadjustable differential of 3.5°F [20C]. The thermostats shall have a spdt switch rated for 1 horsepower [0.746 W]. b. Two Position Corrosion Resistant Wall Mounted Thermostats. Not .- used. c. Two Stage Wall Mounted Thermostats. Not used. d. Low Limit Thermostats. Not used. e. Remote Bulb Thermostats. Not used. f. Modulating Wall Mounted Thermostats. Not used. g. Modulating Duct Mounted Thermostats. Not used. h. Explosion -Proof Thermostats. Not used. i. Electromechanical Wall Mounted Thermostats. Not used. j. Programmable Wall Mounted Thermostats. Not used. k. Humidistats. Not used. 2-4.01.02. Economizer Control System. Not used 2-4.02. Direct Digital Control Systems. Not used. 2-4.03. Equipment Control Panels. Equipment control panels, denoted by the symbol "ECP" and an identifying number, shall be manufactured by Hoffman Engineering, Hubbell Wiegman, or Rittal Corporation. Equipment control panel enclosures shall be NEMA Type 12. Panels shall be designed for wall mounting and shall be completely prewired and checked. All electrical accessory devices and internal wiring shall be furnished and installed. Where required by the applicable codes and ordinances, panel assemblies, materials, and equipment shall be approved, identified, labeled, or listed by Underwriters' Laboratories or other testing agency acceptable to the governing authority. All controllers, selector relays, switching relays, interlock relays, manual t (City of Lubbock, Texas ) 15955 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 switches, and other devices indicated to be panel mounted shall be mounted in or on the respective control panel. Accessories such as indicating lights, pushbuttons, and selector switches shall be mounted on the front hinged covers of the panels. The accessories and panels shall be identified with an identification plate as described in the Equipment Identification paragraph. The identification plates shall be fastened to the panel with corrosion resistant pan head screws. Each equipment control panel shall supply power to all associated control system field control components, including but not limited to damper operators and thermostats. The controls shall include all necessary relays, interlocks, and control devices to enable the control panel to function as described in the sequence of operations on the Drawings. All interconnecting wiring and wiring to terminals for exterior connection shall be stranded copper, insulated for not less than 600 volts, with a moisture resistant and flame -resistant covering rated for at least 90°C. Power distribution wiring on the line side of panel fuses shall be at least 12 AWG. Wiring for secondary power distribution and for control, annunciation, and indicating light circuits shall be at least 14 AWG. Wiring shall be color coded in accordance with the color coding legend on the panel wiring diagrams. Equipment operational control and run/off status shall be provided from terminal blocks within the respective motor starter. Refer to the electrical Drawings for additional information. a. Selector Switches. Selector switches shall be Micro Switch "Type PT", Cutler -Hammer "Type 10250T", or General Electric "CR". Selector switches shall be heavy-duty 30 mm oiltight type with gloved -hand or wing lever operators. Position legends shall be engraved on switch faceplate. Switches for electric circuits shall have silver butting or sliding contacts, rated 10 amperes continuous at 120 volts ac. Contact configuration shall be as indicated on the Drawings or as necessary for the application. Switches used in electronic signal circuits shall have contacts suitable for that duty. b. Push Buttons. Push buttons shall be Micro Switch "Type PT", Cutler - Hammer "Type 10250T", or General Electric "CIT. Push buttons shall be heavy-duty, oiltight type, with legends engraved on the faceplate. Contacts shall be rated 10 amperes continuous at 120 volts ac. c. Indicating Lights. Indicating lights shall be Micro Switch "Type PT", Cutler -Hammer "Type 10250T", or General Electric "CR". Alarm, indicator, and running status lights shall be furnished with lamps. Indicating lights shall be heavy-duty, 30 mm, push -to -test, oiltight type with (City of Lubbock, Texas ) 15955- (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 e &A l L. LED lamps. Legends shall be engraved on the lens or on a legend i faceplate. Lamps shall be easily replaceable from the front of the device. d. Relays. Relays shall be Eagle Signal "Series 22, 80'; Potter & Brumfield "Series KRP, CB'; or Struthers -Dunn "Series A3, A4". Relays shall be of the plug-in socket base type, with dustproof plastic enclosures unless noted otherwise. Relays shall be UL recognized and shall have not less r than double -pole, double -throw contacts. Control circuit relays shall have silver -cadmium oxide contacts rated 10 amperes at 120 volts ac. Electronic switching -duty relays shall have gold-plated or gold alloy contacts suitable for use with low level signals. Relays used for alarm I input or indicating light service shall have contacts rated at least 3 amperes. Time -delay relays shall have dials or engraved switch settings marked in seconds and shall have timing repeatability of t2 percent of setting. Latching and special purpose relays shall be as needed for the specific application. e. Terminal Blocks and Panel Wiring. Terminal blocks for external connections shall be suitable for 12 AWG wire and shall be rated 30 amperes at not less than 300 volts. Terminal blocks shall be fabricated, shall be complete with marking strip, covers, and pressure connectors, and shall be labeled to agree with the identification on the temperature control manufacturer's submittal drawings. f. Control Power Transformers. Where 24 volt ac control power is necessary for the temperature control components, 120/24 volt transformers shall be furnished and mounted in the respective temperature control panel. Control power transformers shall be sized by E the manufacturer based on the equipment load of the panel, shall be copper wound, vacuum impregnated with solid polyester varnish, and shall be 100 percent tested in strict compliance with ANSI, CSA, and UL codes. Control power transformers shall have both primary leads fused, one secondary lead fused, and one secondary lead grounded. The control power transformers shall be sized by the manufacturer based on the equipment load of the panel. g. Terminals. A terminal shall be provided for each conductor of external circuits, plus one ground cable. At least 8 inches [203 mm] of clearance shall be provided between the terminal strips and the base of vertical panels for conduit and wiring space. At least 25 percent spare terminals shall be provided. ' All wiring shall be grouped or cabled and firmly supported inside the panel. Wiring shall be bundled in groups and bound with nylon cable ties or shall be routed in Panduit or similar nonmetallic slotted ducts. Ducts shall be readily accessible within the panel, with removable covers, and shall have a space of at least 40 percent of their depth remaining for future use after (City of Lubbock, Texas ) 15955 (Southeast Water Reclamation Plant) -7- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 completion of installation and field wiring. Sufficient space shall be provided between cable groups or ducts and terminal blocks for easy installation or removal of cables. h. Painting. Interior and exterior surfaces of all panels shall be thoroughly cleaned and painted with universal primer. The panel interior shall be painted white with the manufacturer's standard coating. All pits and blemishes in the exterior surfaces shall be filled before the surface is painted with one or more finish coats of the manufacturer's standard coating. Finish coats shall have a dry film thickness of at least 4 mils (100 pm]. One quart [0.95 L] of paint shall be furnished with the panels for future touchup painting. 2-4.04. Temperature Indicators. Not used. 2-4.04.01. Dial Thermometers. Not used. 2-4.04.02. Electronic Temperature Transmitters. Not used. 2-4.05. Smoke Detectors. Not used. 2-4.06. Pressure Differential Switches. Not used. 2-4.07. Water Flow Switches. Not used. 2-4.08. Control Stations. Not used. 2-4.09. Emeraencv Ventilations Shutoff Switches. Not used. 2-4.10. Control Valves. Not used. 2-4.11. Accessory Components. All additional control components, including, but not limited to, electric relays, temperature sensors and transmitters, humidity ' sensors and transmitters, controllers, and position switches, shall be furnished where necessary to ensure a complete, properly operating installation. All components shall be products of the temperature control manufacturer. Accessory components not mounted inside the temperature control panels shall ,_ be furnished with equipment enclosures. Relays shall be provided with 120 volt coils and at least 10 ampere contacts. __ 2-5. CONSTRUCTION. i 2-5.01. Shop Painting. Unless otherwise indicated, shop painting shall be as specified in the General Equipment Stipulations. Surface finish damaged during installation shall be repaired to the satisfaction of the Engineer. Field painting (City of Lubbock, Texas ) 15955 (Southeast Water Reclamation Plant) -8- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) Apd130, 2012 i_J shall conform to the requirements of the Protective Coating section. 2-6. CABLE AND RACEWAYS. 2-6.01. Cable. Cable used in the temperature control system shall be multi - conductor cable, at least 18 AWG size, specifically designed for industrial systems and UL listed for indoor/outdoor installations. All cable necessary for the system, except 120 volt ac power, shall be furnished and installed by the System Supplier. 2-6.02. Raceways. All cable shall be installed in conduit furnished under this section. Conduit materials shall conform to the applicable paragraphs of the Electrical section. 2-7. ELECTRICAL. All electrical controls shall have enclosures suitable for the environment and NEMA rating as indicated on the electrical Drawings. Equipment installed outdoors shall have NEMA Type 4 enclosures. 2-8. MANUFACTURE AND FABRICATION. Manufacture and fabrication shall comply with the requirements of the Basic Mechanical Systems Materials and Methods section. PART 3 - EXECUTION 3-1. INSPECTION. Equipment installed in facilities with limited access shall be suitable for being installed through available openings. Contractor shall field verify existing opening dimensions and other provisions for installation prior to submittal of bids. Where penetrations through existing concrete slabs are made, the Contractor shall locate and avoid damage to all rebar, embedded conduit, etc. when making new openings. 3-2. PREPARATION. 3-2.01. Field Measurement. Contractor shall be responsible for verifying all field dimensions, and for verifying location of all equipment relative to any existing equipment or structures. 3-2.02. Surface Preparation. All surfaces to be field painted shall be dry and free of dirt, dust, sand, grit, mud, oil, grease, rust, loose mill scale, or other objectionable substances, and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be (City of Lubbock, Texas ) 15955 (Southeast Water Reclamation Plant) -9- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 performed in a manner which will protect freshly painted surfaces from dust or other contaminants. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. Surface finish damaged during installation shall be repaired to the satisfaction of , Engineer. Field painting shall be as specified in the Architectural Painting and j Protective Coatings sections. 3-3. INSTALLATION. Equipment and materials furnished under this section shall be installed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. Contractor shall be responsible for determining that all equipment supplied is suitable for installation in the space indicated on the Drawings. Control equipment shall be installed with adequate operating and maintenance access space. 3-3.01. Equipment Control Panels. The panels shall be mounted so that selector switches and indicating lights on the panel are located approximately 5 feet [1.5 m] above the finished floor. 3-3.02. Thermostats. Wall -mounted thermostats shall be mounted above the finished floors as indicated in the Electrical section. Insulating spacers shall be provided for thermostats mounted on exterior building walls. The spacers shall be installed between the thermostat and its mounting surface, so that the thermostat will not be affected by surface temperatures. 1-J provided 3-3.03. Device Tag Numbering System. All devices shall be pro ded with permanent identification tags numbered to agree with the manufacturer's equipment drawings. All field -mounted control devices shall bear securely IJ fastened identification tags. Hand -lettered labels or tape will not be acceptable. Phenolic nameplates shall be provided and permanently attached to the wall at each control device to indicate the equipment controlled. The letters used shall be the same as the equipment designations indicated herein and on the Drawings. Nameplates shall have white letters on black backgrounds. 3-3.04. Control Valves. Not used. -3-3.05. DDC System. Not used. (City of Lubbock, Texas ) 15955- (Southeast Water Reclamation Plant) -10- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 3-3.05. Cable. Cable shall be installed in conduit as described in the cable installation paragraphs in the Electrical section. The system conductors shall be installed in conduits or junction boxes separate from conductors of other systems. Conduit fill shall meet applicable NEC requirements. 3-3.06. Raceways. Conduit shall be installed as described in the conduit installation paragraphs in the Electrical section. 3-4. FIELD QUALITY CONTROL. 3-4.01. Installation Check. An experienced, competent, and authorized representative of the temperature controls supplier shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation in accordance with the Startup Requirements section and shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Engineer. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the Contract Price. 3-4.02. Field Testing. After the installation of the equipment and systems has been completed, tests shall be conducted to demonstrate that each system is functioning as specified and to the satisfaction of Engineer. Tests shall be as indicated in the Startup Requirements section. 3-5. ADJUSTING. The building system controls supplier shall provide initial startup and adjustment of the control systems, and setpoint maintenance for one year. The building system controls supplier shall be responsible for establishing the final control system settings necessary for proper operation of the equipment and systems. These settings and calibration shall have the concurrence of the equipment manufacturer's representative. The building system controls supplier shall demonstrate to Owner the complete and correct functioning of all control systems and equipment, and shall make all necessary repairs, replacements, or adjustments to items which fail to perform to the satisfaction of the Owner. (City of Lubbock, Texas ) 15955 (Southeast Water Reclamation Plant) -11- € (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 3-6. CLEANING. At the completion of testing, all equipment, pipes, ductwork, valves, and fittings shall be cleaned of grease, debris, metal cuttings, and sludge. Any stoppage, discoloration, or other damage to parts of the building, its finish, or furnishings shall be repaired at no additional cost to the Owner. 3-7. OPERATOR INSTRUCTION AND TRAINING. Not used. End of Section 41 (City of Lubbock, Texas ) 15955 Ll (Southeast Water Reclamation Plant) -12- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 I Section 15990 TESTING, ADJUSTING, AND BALANCING PART 1 - GENERAL 3 1-1. SCOPE. This section covers the cleaning, testing, adjusting, and balancing of the air system(s) associated with the heating, ventilating, and air conditioning 6 (HVAC) systems. 1-2. GENERAL. Equipment and systems shall be cleaned, tested, adjusted, and balanced in full conformity with the drawings, specifications, engineering data, k instructions, and recommendations of the equipment manufacturer unless exceptions are noted by Engineer. 1-2.01. Coordination. Contractor shall verify that all components and devices necessary for a properly functioning system have been provided. Prior to cleaning, testing, adjusting, and balancing, Contractor shall verify that each system has been installed properly and is operating as specified. Equipment bearings shall be lubricated in accordance with the manufacturer's recommendations. Air systems shall be complete and operating, with dampers, filters, ductwork, air outlet and inlet devices, duct mounted equipment, and control components. 1-2.02. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between this section and any state law or local ordinance, the latter shall govern. All work shall comply with the latest edition of AABC, NEBB, or SMACNA standard manuals for testing, adjusting, and balancing of air systems. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. Complete apparatus report sheets for all air systems shall be accurately and completely filled out in accordance with the Standard's manual. Copies of the final test readings and report sheets shall be submitted in accordance with the Submittals Procedures section. The submittal shall include a reduced set of drawings, with the air outlet devices, air inlet devices, and equipment identified to correspond with the report sheets. (City of Lubbock, Texas ) 15990 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 The apparatus report sheets shall include the following information: 1. Title Page: a. Company name b. Company address C. Company telephone number d. Project name e. Project location f. Project Engineer g. Project Contractor h. Project altitude i. Date 2. Instrument List: a. Instrument b. Manufacturer C. Model d. Serial number e. Range f. Calibration date 3. Air Moving Equipment: a . Unit number b. Location C. Manufacturer d. Model and serial number e. Airflow, design and actual f. Total static pressure (total external), design and actual g. Static pressure, inlet and discharge h. Total pressure i. Fan RPM, design and actual 4. Electric Motors: a. Manufacturer b. Motor type and frame C. HP/BHP d. Phase, voltage, amperage, nameplate, actual, no load. e. RPM f. Service factor g. Starter size, rating, heater elements 5. V-Belt Drive: Not used. 6. Return Air/Outside Air Data: Not used. 7. Coil Data: Not used. 8. Duct Traverse: Not used. 9. Outlet and Inlet Devices: Not used. 10. Sound Level Report: Not used. 11. Package Air Conditioning/Heat Pump Unit. Not used. (City of Lubbock, Texas ) 15990 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 r � iI I 12. Air Terminal Unit Data: Not used. 13. Electric Duct Heater: Not used. 14. Air Cooled Condenser/Heat Pump: Not used. 15. Chillers: Not used. 16. Pump Data: Not used. 17. Heat Exchanger: Not used. 18. Combustion Test: Not used. 1-4. QUALITY ASSURANCE. Contractor shall provide the services of a licensed independent contractor, certified by AABC, NEBB, or TABB and with proven experience on at least three similar projects, to perform operational testing, adjusting, and balancing of the air systems. The work shall be performed in accordance with the latest edition of the procedural standards as published by the National Organization associated with the testing, adjusting, and balancing contractor. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. All equipment shall be adjusted or balanced to meet the specified conditions and to operate at the elevation indicated in the equipment sections. 2-2. CONSTRUCTION. 2-2.01. Painting. Surface finish damaged during cleaning, testing, adjusting, and balancing of equipment shall be repaired to the satisfaction of Engineer. PART 3 - EXECUTION 3-1. INSPECTION. Before testing and balancing the air system, doors and windows surrounding the area served by the system shall be closed. Fans shall be checked for correct rotation and rotative speed. Dampers shall be open and access doors and panels shall be closed during the testing and balancing period. 3-2. STARTUP REQUIREMENTS. System equipment shall be subject to preliminary field tests as indicated in Startup Requirements section. 3-3. FIELD PERFORMANCE TESTING. Field performance tests shall be conducted for each system to demonstrate each is functioning as specified and to the satisfaction of Engineer. All tests shall be conducted in a manner acceptable to Engineer and shall be repeated as many times as necessary to secure Engineer's acceptance of each system. If inspection or tests indicate (City of Lubbock, Texas ) 15990 (Southeast Water Reclamation Plant) -3- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 defects, the defective item or material shall be replaced, and the inspection and tests shall be repeated. All repairs to piping shall be made with new materials. Caulking of threaded joints or -holes will not be acceptable. 3-3.01. Hvdronic Pigina. Not used. 3-3.02. Refriaerant Pigina. Not used. 3-4. CLEANING. At the completion of the testing, all parts of the installation shall be thoroughly cleaned. All equipment, ductwork, pipes, valves, and fittings shall be cleaned of grease, debris, metal cuttings, and sludge. Any stoppage, discoloration, or other damage to parts of the building, its finish, or furnishings shall be repaired by Contractor at no additional cost to Owner. 3-4.01. Chemical Pipe Cleaning. Not used. 3-5. ADJUSTING & BALANCING. The air system shall be adjusted and balanced. All instrumentation shall be calibrated in accordance with the governing standard manual and shall be checked for accuracy before testing, adjusting, and balancing the systems. The accuracy of the instrumentation shall be not less than specified by the testing, adjusting, and balancing standard manual or the instrument manufacturer. All data, including system deficiencies encountered and corrective measures taken, shall be recorded. If a system cannot be adjusted to meet the design requirements, Contractor shall notify Engineer in writing as soon as practicable. Following final acceptance of the certified balancing reports, the testing and balancing contractor shall permanently mark the settings of all adjustment devices, including valves and dampers, and shall lock the memory stops. All ceiling tiles, belt guards, panels, and doors removed during testing, adjusting, and balancing shall be reinstalled. 3-5.01. Air Systems. Air systems shall be adjusted to the design airflows indicated on the Drawings. Airflows shall be adjusted to maintain a net positive (supply airflow greater than exhaust airflow) or negative (exhaust airflow greater than supply airflow) pressure as indicated on the Drawings. Dampers located behind air outlet and inlet devices shall be used to adjust the airflow only to the extent that the adjustments do not create objectionable air movement or noise. (City of Lubbock, Texas ) 15990 -' (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL } (B&V PN 140092 ) April 30, 2012 a Dampers with operators shall be checked for tight shutoff when in the closed position. End of Section 6- (City of Lubbock, Texas ) 15990 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL J (B&V PN 140092 ) April 30, 2012 *** Page Intentionally Left Blank *** Section 16050 ELECTRICAL PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of all equipment and materials needed for the electrical requirements of this Contract. This section covers the installation and interconnection of electrical equipment furnished under other sections, except electrical items designated to be installed under those sections. 1-2. GENERAL. Electrical apparatus on all equipment shall be installed complete and placed in readiness for proper operation. Electrical materials furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the Drawings, Specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations section shall apply to all equipment provided under this section. if requirements in this section differ from those in the General Equipment Stipulations section, the requirements specified herein shall take precedence 1-2.02. Coordination. Electrical work shall conform to the construction schedule and the progress of other trades. 1-2.03. Anchor Bolts and Expansion Anchors. All anchor bolts, nuts, washers, and expansion anchors shall comply with Anchorage in Concrete section, except smaller than 3/4 inch [19 mm] will be permitted to match NEMA standard size bolt holes on motors and electrical equipment. 1-2.04. Drawings. Supplementing this section, the Drawings indicate locations of equipment and enclosures and provide one -line and schematic diagrams regarding the connection and interaction with other equipment. 1-3. CODES AND PERMITS. All work shall be performed and materials shall be furnished in accordance with the NEC - National Electrical Code, the NESC - National Electrical Safety Code, and the following standards where applicable: ANSI American National Standards Institute. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -I- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 ASTM American Society for Testing and Materials. AWG American Wire Gauge. Fed Spec Federal Specification. ICEA Insulated Cable Engineers Association. IEEE Institute of Electrical and Electronics Engineers. IESNA Illuminating Engineering Society of North America. NETS National Electrical Installation Standards NEMA National Electrical Manufacturers Association. NFPA National Fire Protection Association. UL Underwriters' Laboratories. Equipment covered by this section shall be listed by UL, or by a nationally recognized third party testing laboratory. All costs associated with obtaining the listing shall be the responsibility of Contractor. If no third -party testing laboratory provides the required listing, an independent test shall be performed at Contractor's expense. Before the test is conducted, Contractor shall submit a copy of the testing procedure to be used. 1-4. IDENTIFICATION. 1-4.01. Conduit. Conduits in manholes, handholes, building entrance pull boxes, junction boxes, and equipment shall be provided with identification tags. Identification tags shall be 19 gage [1 mm thick] stainless steel, with 1/2 inch [13 mm] stamped letters and numbers as indicated on the Drawings. Identification tags shall be attached to conduits with nylon tie wraps and shall be positioned to be readily visible. 1-4.02. Conductors. All conductors in power, control, and instrumentation circuits shall be identified and color coded as described herein. 1-4.02.01. Conductor Identification Number. Except for lighting and receptacle circuits, each individual conductor in power, control, and instrumentation circuits shall be provided with'wire identification markers at the point of termination. The wire markers shall be of the heat -shrinkable tube type, with custom typed identification numbers. The wire numbers shall be as indicated on the equipment manufacturer's drawings. The wire markers shall be positioned to be readily visible for inspection. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -2- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 1-4.02.02. Conductor Color Coding. Power conductors shall be color coded as indicated below. For conductors 6 AWG and smaller, the color coding shall be the insulation finish color. For sizes larger than 6 AWG, the color coding may be by marking tape. The equipment grounding conductor shall be green or green with one or more yellow stripes if the conductor is insulated. The following color coding system shall be used: 120/240V single-phase — black, red, and white 120/208V, three-phase — black, red, blue, and white 120/240V, three-phase — black, orange, blue, and white 277/480V, three-phase — brown, orange, yellow, and gray Where 120/240 and 120/208 volt systems share the same conduit or enclosure, the neutral for either the 120/240 volt system or the 208 volt system shall be white with a permanent identifiable violet stripe. Control and instrumentation circuit conductors, shall be color coded as indicated in the Cable Data Figures at the end of this section. 1-4.03. Motor Starters. Not used. 1-4.04. Control Stations. Control stations shall be provided with nameplates identifying the related equipment. Pilot controls and indicating lights shall have engraved or etched legends ("start", "stop", etc.) as indicated on the Drawings. Nameplates shall be laminated black -over -white plastic, with 1/8 inch [3 mm] engraved letters, and shall be securely fastened to the control stations. 1-4.05. Circuit Breakers. Not used. 1-4.06. Disconnect Switches. Not used. 1-4.07. Arc Flash Hazard Labels. Lighting panels, power panels, power centers, and meter socket enclosures shall be provided with permanent labels warning the risk of arc flash and shock hazard. Labels shall be designed in accordance with ANSI Z535.4-1998 and shall include the following: WARNING Arc Flash and Shock Hazard Appropriate personal protection equipment (PPE) required. SEE NFPA 70E. Equipment must be accessed by qualified personnel only. Turn off all power sources prior to working on or inside equipment. 1-5. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -3- (B&V PN 140092 April 30, 2012 (Plant 4 Blower Building Ventilation Modifications) FINAL I ) r devices and accessories forminga art of the work performed b the Contractor, p p Y , shall be submitted in accordance with the Submittals Procedures section. The drawings and data shall include, but shall not be limited to, the following: Drawings and data. Operating manuals. Samples. 1-5.01. Submittal Identification. Information covering all materials and equipment shall be submitted for review in accordance with the Submittals Procedures section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: a. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. b. Sheets or drawings covering more than the item being considered shall have all inapplicable information crossed out. c. A suitable notation shall identify equipment and materials descriptive literature not readily cross-referenced with the Drawings or Specifications. d. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to show the intended connections. Contractor shall submit the name and qualifications of the Engineering and Testing Services firm proposed to perform the coordination study and the on site testing. Within 30 days after the Notice to Proceed, Contractor shall furnish a submittal for all types of cable and conduit to be provided. The submittal shall include the cable manufacturer and type, and sufficient data to indicate that the cable and conduit meet the specified requirements. In addition to the complete specifications and descriptive literature, a sample of the largest size of each type of cable shall be submitted for review before installation. Each sample shall include legible and complete surface printing of the cable identification. 1-6. PROTECTION AND STORAGE. During construction, the insulation on all electrical equipment shall be protected against absorption of moisture, and metallic components shall be protected against corrosion by strip heaters, lamps, (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -4- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 or other suitable means. This protection shall be provided immediately upon receipt of the equipment and shall be maintained continuously. PART 2 - PRODUCTS 2-1. POWER SERVICE ENTRANCE. Not used. 2-2. TELEPHONE SERVICE ENTRANCE. Not used. 2-3. CABLE. All cables of each type (such as lighting cable or 600 volt power cable) shall be from the same manufacturer. All types of cable shall conform to the Cable Data Figures at the end of this section and as described herein. 2-3.01. Liahtina Cable. Not used. 2-3.02. 600 Volt Power Cable. Cable in power, control, indication, and alarm circuits operating at 600 volts or less, except where lighting, multiconductor control, and instrument cables are required, shall be 600 volt (Figure 2-16050 XHHW-2) power cable. 2-4. CONDUIT. Conduit and raceways shall be as described in the following paragraphs: 2-4.01. Rigid Steel Conduit. Rigid steel conduit shall be heavy wall, hot -dip galvanized, shall conform to ANSI C80.1, and shall be manufactured in accordance with UL 6. 2-4.02. Intermediate Metal Conduit (IMC). Not used. 2-4.03. Liquidtight Flexible Metal Conduit. Liquidtight flexible metal conduit shall be hot -dip galvanized steel, shall be covered with a moistureproof polyvinyl - chloride jacket, and shall be UL labeled. 2-5. WIRING DEVICES BOXES AND FITTINGS. Concealed conduit systems shall have flush -mounted switches and convenience outlets. Exposed conduit systems shall have surface -mounted switches and convenience outlets. 2-5.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be manufactured by Crouse -Hinds, Appleton, or O Z Gedney. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -5- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 b. Sheet steel device boxes shall be manufactured by Appleton, Raco, or Steel City. c. Hub arrangements on threaded fittings shall be the most appropriate for the conduit arrangement to avoid unnecessary bends and fittings. 2-5.02. Device Plates. a. Galvanized or cadmium -plated device plates shall be used on surface mounted outlet boxes where weatherproof plates are not required. b. Device plate mounting hardware shall be countersunk and finished to match the plate. 2-6. JUNCTION BOXES, PULL BOXES, AND WIRING GUTTERS. Indoor boxes (larger than switch, receptacle, or fixture type) and gutters shall be constructed of sheet steel, shall be galvanized after fabrication, and shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. Indoor boxes and gutters in corrosive areas indicated on the Drawings and outdoor boxes and gutters shall be NEMA Type 4X, ABS or stainless steel and shall be rigidly supported by PVC -coated or stainless steel framing materials. Mounting hardware, which includes nuts, bolts, and anchors, shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. Bolt -on junction box covers 3 feet [900 mm] square or larger, or heavier than 25 Ibs [11 kg], shall have rigid handles. Covers larger than 3 by 4 feet [900 by 1200 mm] shall be split. Boxes shall be sized in accordance with the National Electrical Code, including space for full size continuations of all underground conduits not originally continued. Conduit arrangement shall leave maximum space for future conduits. 2-7. CONTROL STATIONS. Control stations shall be provided as indicated on the one -line diagrams or schematics or as required by the equipment furnished. Pilot devices shall be 30.5 mm heavy-duty, oiltight construction, and shall perform the functions indicated. Pilot lights shall be full voltage type with LED lamps. Indoor control stations shall have NEMA Type 13 enclosures. Control stations outdoors or indicated to be weatherproof shall have NEMA Type 4X stainless steel enclosures with protective caps on the control devices. Control stations in NEC Class I, Division 1 and Division 2, Group D hazardous areas - shall have NEMA Type 7 enclosures, or be factory sealed type, Appleton "Contender Series" or Killark "Seal X Series". g (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -6- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 PART 3 - EXECUTION 3-1. INSTALLATION TESTING AND COMMISSIONING. All material, equipment, and components specified herein shall be installed, tested, and commissioned for operation in compliance with NECA 1000 — NEIS Specification System. Where required in NECA 1000, testing and commissioning procedures shall be followed prior to energizing equipment. 3-2. ARC FLASH HAZARD ANALYSIS. Not used. 3-3. COORDINATION STUDY. Not used. 3-4. POWER AND SERVICE ENTRANCE INSTALLATION. Not used. 3-5. TELEPHONE SERVICE ENTRANCE INSTALLATION. Not used. 3-6. CABLE INSTALLATION. 3-6.01. General. Except as otherwise specified or indicated on the Drawings, �... cable shall be installed according to the following procedures, taking care to protect the cable and to avoid kinking the conductors, cutting or puncturing the jacket, contamination by oil or grease, or any other damage. Circuits to supply electric power and control to equipment and devices, communication and signal circuits as indicated on the one -line diagrams shall be installed continuous and may not be spliced unless approved by the Engineer. a. Stranded conductor cable shall be terminated by lugs or pressure type connectors. Wrapping stranded cables around screw type terminals is not acceptable. b. Stranded conductor cable shall be spliced by crimp type connectors. Twist -on wire connectors may be used for splicing solid cable and for terminations at lighting fixtures. c. Splices may be made only at readily accessible locations. d. Cable terminations and splices shall be made as recommended by the cable manufacturer for the particular cable and service conditions. Materials shall be by 3M Company, Plymouth/Bishop, or Raychem Electric Power Products. e. Cable shall not be pulled tight against bushings nor pressed heavily against enclosures. f. Cable -pulling lubricant shall be compatible with all cable jackets; shall not contain wax, grease, or silicone; and shall be Polywater "Type X. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -7- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 g. Where necessary to prevent heavy loading. on cable connections, in vertical risers, the cable shall be supported by Kellems, or equal, woven grips. h. Spare cable ends shall be taped, coiled, and identified. i. Cables shall not be bent to a radius less than the minimum recommended by the manufacturer. For cables rated higher than 600 volts, the minimum radius shall be 8 diameters for nonshielded cable and 12 diameters for shielded cable. j. All cables in one conduit, over 1 foot [305 mm] long, or with any bends, shall be pulled in or out simultaneously. k. Circuits to supply electric power and control to equipment and devices are indicated on the one -line diagrams. Conductors in designated numbers and sizes shall be installed in conduit of designated size. Circuits shall not be combined to reduce conduit requirements unless acceptable to Engineer. 3-6.02. Underground Cable Pulling Procedure. Not used. 3-6.03. Cable Insulation Test. Not used. 3-7. CONDUIT INSTALLATION. Contractor shall be responsible for routing all conduits. This shall include all conduits indicated on the one -lines, riser diagrams, and home -runs shown . Conduits shall be routed as defined in these Specifications. Where conduit routing is shown on plans, it shall be considered a general guideline and shall be field verified to avoid interferences. Except as otherwise specified or indicated on the Drawings, conduit installation and identification shall be completed according to the following procedures. 3-7.01. Installation of Interior and Exposed Exterior Conduit. This section covers the installation of conduit inside structures, above and below grade, and in exposed outdoor locations. In general, conduit inside structures shall be concealed. Large conduit and conduit stubs may be exposed unless otherwise specified or indicated on the Drawings. No conduit shall be exposed in water chambers unless so indicated on the Drawings. Unless otherwise indicated on the Drawings, Contractor shall be responsible for routing the conduit to meet the following installation requirements: a. Conduit installed in all exposed indoor locations, except corrosive areas indicated on the Drawings, and in floor slabs, walls, and ceilings of hazardous (classified) locations, shall be rigid steel. Exposed conduit shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. (City of Lubbock, Texas ) 16060 (Southeast Water Reclamation Plant) -8- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 b. Conduit installed in floor slabs and wal!s in non -hazardous s locations shall be rigid Schedule 40 PVC. C. Final connections to dry type transformers, to motors without flexible cords, and to other equipment with rotating or moving parts shall be liquidtight flexible metal conduit with watertight connectors installed without sharp bends and in the minimum lengths required for the application, but not longer than 6 feet [1.8 ml . d. Terminations and connections of rigid steel shall be taper threaded. Conduits shall be reamed free of burrs and shall be terminated with conduit bushings. e. Exposed conduit shall be installed either parallel or perpendicular to structural members and surfaces. C' f. Two or more conduits in the same general routing shall be parallel, with symmetrical bends. g. Conduits shall be at least 6 inches [150 mm] from high temperature piping, ducts, and flues. h. Metallic conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. i. Conduits that cross structural joints where structural movement is allowed shall be fitted with concretetight and watertight I expansion/deflection couplings, suitable for use with metallic conduits . The couplings shall be Appleton Type DF, Crouse -Hinds Type XD, or O-Z Type DX. j. Conduit shall be clear of structural openings and indicated future openings. k. FJ Conduits through roofs or metal walls shall be flashed and sealed watertight. I. Conduit installed through any openings cut into non -fire rated concrete or masonry structure elements shall be neatly grouted. Conduit penetrations of fire rated structure elements shall be sealed in a manner that maintains the fire rating . L m. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. n. Exposed conduit stubs for future use shall be terminated with galvanized pipe caps. o. Concealed conduit for future use shall be terminated in equipment or fitted with couplings plugged flush with structural surfaces. p. Where the Drawings indicate future duplication of equipment (City of Lubbock, Texas ) 16050 1 (Southeast Water Reclamation Plant) -9- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 wired hereunder, concealed portions of conduits for future equipment shall be provided. q. Horizontal conduit shall be installed to allow at least 7 feet [2.1 m] of headroom, except along structures, piping, and equipment or in other areas where headroom cannot be maintained. r. Conduit shall not be routed across the surface of a floor, roof, or walkway unless approved by Engineer. S. All conduits that enter enclosures shall be terminated with acceptable fittings that will not affect the NEMA rating of the enclosure. 3-7.02. Underground Conduit Installation. Not used. 3-7.03. Sealing of Conduits. After cable has been installed and connected, conduit ends shall be sealed by forcing nonhardening sealing compound into the conduits to a depth at least equal to the conduit diameter. This method shall be used for sealing all conduits at handholes, manholes, and building entrance junction boxes, and for 1 inch [25 mm] and larger conduit connections to equipment. Conduits entering chlorine feed and storage rooms shall be sealed in a junction box or conduit body adjacent to the point of entrance. Conduits entering hazardous (classified) areas and submersible or explosion proof enclosures shall have Appleton "Type ESU" or Crouse -Hinds "EYS" sealing fittings with sealing compound. 3-7.04. Reuse of Existing Conduits. Existing conduits may be reused subject to the concurrence of Engineer and compliance with the following requirements: a. A wire brush shall be pulled through the conduit to remove any. loose debris. b. A mandrel shall be pulled through the conduit to remove sharp edges and burrs. 3-8. WIRING DEVICES BOXES AND FITTINGS INSTALLATION. Metallic and nonmetallic conduit boxes and fittings shall be installed in the following locations: 3-8.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be installed in concrete walls, ceilings, and floors; in the outdoor faces of masonry walls; and in all locations where weatherproof device covers are required. These boxes (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -10- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 ` J d d id an fittings shall also be installed in expose rigid steel and conduit systems. b. Galvanized or cadmium plated sheet steel boxes shall be installed in the indoor faces of masonry walls, in interior partition walls, and in joist supported ceilings. 3-9. EQUIPMENT INSTALLATION. Except as otherwise specified or indicated on the Drawings, the following procedures shall be used in performing electrical work. 3-9.01. Setting of Equipment. All equipment, boxes, and gutters shall be installed level and plumb. Boxes, equipment enclosures, metal raceways, and similar items mounted on water- or earth -bearing walls shall be separated from the wall by at least 1/4 inch [6 mm] thick corrosion -resistant spacers. Where boxes, enclosures, and raceways are installed at locations where walls are not suitable or available for mounting, concrete equipment pads, framing material, and associated hardware shall be provided. 3-9.02. Sealing of Equipment. All outdoor substation, switchgear, motor control center, and similar equipment shall be permanently sealed at the base, and all openings into equipment shall be screened or sealed with concrete grout to keep out rodents and insects the size of wasps and mud daubers. Small cracks and openings shall be sealed from inside with silicone sealant, Dow -Corning "795" or General Electric "SCS1200". 3-10. GROUNDING. 3-10.01. General. The electrical system and equipment shall be grounded in compliance with the National Electrical Code and the following requirements: a. All ground conductors shall be at least 12 AWG [4 mm2] soft drawn copper cable or bar, bare or green -insulated in accordance with the National Electrical Code. b. Ground cable splices and joints, ground rod connections, and equipment bonding connections shall meet the requirements of IEEE 837, and shall be exothermic weld connections or irreversible high -compression connections, Cadweld "Exothermic" or Burndy "Hyground". Mechanical connectors will not be acceptable. Cable connections to bus bars shall be made with high -compression two -hole lugs. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -11- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 c. Ground cable through exterior building walls shall enter within 3 feet [900 mm] below finished grade and shall be provided with a water stop. Unless otherwise indicated, installation of the water stop shall include filling the space between the strands with solder and soldering a 12 inch [300 mm] copper disc over the cable. d. Ground cable near the base of a structure shall be installed in earth and as far from the structure as the excavation permits, but not closer than 24 inches [600 mm]. The tops of ground rods and ground cable interconnecting ground rods shall be buried a minimum of 30 inches [750 mm] below grade, or below the frost line, whichever is deeper. e. All powered equipment shall be grounded by a copper ground conductor in addition to the conduit connection. f. Ground connections to equipment and ground buses shall be made with copper or high conductivity copper alloy ground lugs or clamps. Connections to enclosures not provided with ground buses or ground terminals shall be made with irreversible high - compression type lugs inserted under permanent assembly bolts or under new bolts drilled and inserted through enclosures, other than explosion proof enclosures, or by grounding locknuts or bushings. Ground cable connections to anchor bolts; against gaskets, paint, or varnish; or on bolts holding removable access covers will not be acceptable. g. The grounding system shall be bonded to the station piping by connecting to the first flange inside the building, on either a suction or discharge pipe, with a copper bar or strap. The flange shall be drilled and tapped to provide a bolted connection. h. Ground conductors shall be routed as directly as possible, avoiding unnecessary bends. Ground conductor installations for equipment ground connections to the grounding system shall have turns with minimum bend radii of 12 inches [300 mm]. Ground rods not described elsewhere shall be a minimum of 3/4 inch [19 mm] in diameter by 10 feet [3 m] long, with a copper jacket bonded to a steel core. 3-10.02. Grounding System Resistance. The ground system resistance shall comply with National Electrical Code. 3-10.03. Grounding System Testing. Not used. (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -12- (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 3-11. MODIFICATIONS TO EXISTING EQUIPMENT. Modifications to existing equipment shall be completed as specified herein and indicated on the Drawings. All existing facilities shall be kept in service during construction. Temporary power or relocation of existing power and control wiring, equipment, and devices shall be provided as required during construction. Coordination and timing of outages shall be as specified in other sections of these Specifications. Electrical power interruptions will only be allowed where agreed upon in advance with Owner, and scheduling at times of low demand may be required. 3-13.01. Demolition. Unless otherwise specified or indicated on the Drawings, all cable and all exposed conduit for power and control signals of equipment t indicated to be removed shall be demolished. Conduit supports and electrical equipment mounting hardware shall be removed, and holes or damage remaining shall be grouted or sealed flush. Conduit partially concealed shall be removed where exposed, and plugged with expanding grout flush with the floor or wall. Repairs shall be refinished to match the existing surrounding surfaces. Demolished equipment shall be discarded or salvaged as indicated on the Drawings and as specified in other sections of these Specifications. End of Section (City of Lubbock, Texas ) 16050 (Southeast Water Reclamation Plant) -13- _ _ (Plant 4 Blower Building Ventilation Modifications) FINAL (B&V PN 140092 ) April 30, 2012 *** Page Intentionally Left Blank *** STANDARD SPECIFICATIONS REFERENCE: ILEA S-95-658 (NEMA WC 70). CONDUCTOR: Concentric -lay, uncoated copper, strand Class B. Wet/dry maximum operating temperature 90°C. INSULATION: Cross -linked thermosetting polyethylene, ICEA S-95-658, Paragraph 3.6. SHIELD: None. JACKET: None. FACTORY TESTS: Cable shall meet the requirements of ILEA S-95-658. Cable Details Size Number of Strands Conductor Insulation Thickness* Maximum Outside Diameter AWG or kcmil mm, in. ► M in. mm 14 2.5 7 0.030 760 0.17 4.32 12 4.0 7 0.030 760 0.19 4.83 10 6.0 7 0,030 760 0.21 5.33 8 10.0 7 0.045 1140 0.27 6.86 6 16.0 7 0.045 1140 0.31 7.87 4 25.0 7 0.045 1140 0.36 9.14 2 35.0 7 0.045 1140 0.42 10.67 1 40.0 19 0.055 1400-- 0.48 12.19 1/0 50.0 19 0.055 1400 0.52 13.21 2/0 70.0 19 0.055 1400 0.57 14.48 4/0 95.0 19 0.055 1400 0.68 17.27 250 120.0 37 0.065 1650 0.75 19.05 350 185.0 37 0.065 1650 0.85 21.59 500 300.0 37 0.065 1650 0.98 24.89 750 400.0 61 0.080 2030 1.22 31.00 1,000 500.0 61 0.080 2030 1.37 34.80 "The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 90 percent of the values indicated above, A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, XLP, XHHW-2, conductor size, and voltage class. 600 Volt, Single Conductor Lighting/Power Cable (600-141_13-NONE-XHHW-2) (City of Lubbock, Texas ) 16050F1 (Southeast Water Reclamation Plant) -1- (Plant 4 Blower Building Ventilation Modifications) (B&V PN 140092 ) FINAL April 30, 2012 *** Page Intentionally Left Blank *** r _.._, ^_", J- L^.-J _ T Y A LUBBOCK., TEXAS ' SOUTHEAST WATER RECLAMATION PLANT PLANT 4 BLOWER BUILDING VENTILATION MODIFICATIONS SHEET LIST • � [ ice, b {., .: t •w.� w. � .�{�r�,� cuBl al@r wi aHf uA Y. IiliO MO AiYYLvlda ,y. r{ T? v''Nt0 f �xr.•. .. �""" � �S7 �"'c• } s� � SM.m09.n0ur 4��"+ J . .w _•xY-�s�.�i . a. rl. !m n.w,Qewra .ao arut c r ep a�if'ayif 4 w•1 %� K �',�� i'` �.. } v ". .� - M � Y ;� . > d �^• � e "F ; yy 4 ,�., Y, rl, ramwc ILVI ;t+ ; ! • i � -Ah Y. sf. RrrcinR{c RwrararmRe �' is A AZAMM Loom . wvz m —MaW.S0;�RIrIRICY. w.rnR. rYYfICM. �tliln� �" � ssn UMER i � asloi I YfMtM. � �� saol���at '�• P Wig,"- { �- � I+�N' f0. F. ■Ar fQIDD� /iRr IYAY �iCi= k� fAecit.�. � EksA;al � - � -• --- f4 Ylgpyi(1,rlµprtOFRI 936 4 t t mf "rl f y►0 snwa*�•-- o..p SITE LOCATION NAP BLACK &VEATCH PARKHILL SMITH & COOPER REGISTRATION NO. F-560 Corporation REGISTRATION NO. F-258 Dallas. Texas B&V PROJECT NO. 140092 2012 n °Y I°'°niwIN TWMMd� .w WXL•Y'l)l+ Dim 19181%.k 3E"MVP1111 vigil *112141491 Ora&a hr!r1h! �a5a!l.39a�5Slh!#�B9lYa� taa�§�A fig LMeQOMW ail¢ Mghalth& : !A::s a���aoaarAdaa��e�aaia, a3e�&�bm�@8de�e aacia Au J111 laa. 388898fia8 SN071VIA3N8HV OW ON3037 7VOINVH03M p lif TU M 'it W 1:1110 R I L J-I 44 LUBBOCK, TEXAS BLACKAVEATCH SOUTHEAST IFATER RECLAA114TION mbd& =# PLANT 4 AL BURVINO VENTILATION DMLITIM PLAN WIFICA R4 ¢ --------- ZC 1' 1l2` OD.VbfO/JI11M wPe,lu enr�r C .. 9/aaewc f ,fsmna UZ r a 11hil"i-11 glow'," RH III bg Y $M11111 t.3 ilk ROOF PLAN, ELEVATION AND DETAIL x \ a R I R �a Iu• r ♦ �"' I I III 4 fi la' \�i_ '♦ I f+ ` .Irk• 4 f :; III r♦-----i� Ip 1♦ I If r.----�� rc---,, a ._�aaE 1♦ 1 1♦ 1 1 � f 1 I �" i � 1 ♦ i (e 1 i 1 1 I ♦ i 1 ♦ 1 \ \qa\ E 7 C a a i\ ........uv.6 f a ' \ Iit �aa 4 t aaaaaar=. , 1' @ / i fl f e C Y ♦ !LL_.1 /` I L_____aa_ p• fi i� a.�ark i I - �r � r e� r SP Ir 5�_c I \ kl IONS Q SLACKBVEATCH Nad6VnW Wooralton it r _ .7.!I _ ._ PrbS tW 0. 159rt �PNOfIILL SI.YfM! COOPFA R[GISTMipN NO. F-bB0 fitt Ia 1 L}fi>:� � �f ttt ;.�/ 777 orf }, srtta:ttokfx. .tts f.a,_. rPw PerP tarteo: o»rxu ns,:u w, y.a qor afea. ! M,W� nlG.:r a.w, II 101 0, 17— t :s if4 W, K, -I ! ! i — i — ! }sI - x,x,-� L 4. --- — LUBBOCK, TEXAS RBLA�LIYFATCH SOUTHEAST EATER RECLAMATION PLANT �jk PLANT 4 IXOWER BUILDING VENTILATION MODIFICATIONS EE ;jEs 1,xps , ! , , X. f M4 Y SECTIONAL PLAN �$ H H 111 P Ill f� 00 �C � ci r}csggc�s- skit lit Ip 4 ®a®o 44 LUBBOCK, �� T $ E " 41 lit ��• I r wNTIM xEa FLANT � BLOWER &IILDING a ELECTRICAL LEGM M L li riI in w wo-W i Si LUBBOCK, TEXAS BLAC soumm6rl" MaVIA PLW 14nLc IL tia PLANT 4 SLOWER A I MWMItAT1014 mk Ca m Al ELECTRICAL ONE -LIME, SCHEWTIC AID = MCC ROW POWER PLAN I-- -- I I 8 a tF -exvaa •t.rc,.rc ou run.w.u� � '� we te-r. •b Y an•laor Sava: +ucalL Wr run c •Ir � ,..nao.v.- . ,a,e-I..vr uanlL INr rn. tw+a• § •• ._ •A.Lvrc w„ r.IP tw.lr Q e..rooan• .-rR.u.v,- wLPlt w, r.•r. lw.a.- � �" ,...le..v.- 11 '� lac.l..w• 9.rn,L oA. r,m tw•..,• � e.a..v.- !-u. ti wrnrc mr r.m awul• � _ nteurc w, ww twu.• u.ua.v- T r-w 1•b61.aM - _ - - i a.re.lro.an- •aae.rrc un r.m. t.-nr S - 1•J,C•14 VY �,,,,, �tn•a, T.KI.IL W, lino w.m• a � 1-avl•.,n• y wmu w, wm m.•.u• ru.•w.v.• vamL.n rro tww- E wRo.nM r•.m _ ! y .:.o-,..,M rrr•laor aa.•a: - •.. nlo..aao.v.• uteA,c u.l, wrP o...e,• Q sn.n..an• L¢r9[ W, Am Wrn)• � t•.1, •1•LL.,..Vt• . Iam,..IM . .nrLux.0 r.IP n..•e.• � ,.�..r,.,,.. wu.rc 1.VtLLP IN F•1.1• i .1 Lf�ulL.rt w.P WI•...• ED s.. q b.,[•I.e..• 1 n.•lesv. R� 4tt1.1[W,.[.tP t111i1.' r-.A ,HI. y Ia.L.N.In• 3�4 �.,V �. 1I-Iro• i a' 4)rnlL .Ir.f.m tw.11• � Hq..N..b.- `� .. � q 1-.mu.v ,-.e 1•wl..lM g �a,p, � f•uc.wvr � " r+U 1•LL. N.IM . •en•P rN w-.m• a �7 - u..e. t I...La..v. .aw q ,+e, tac.i.ars �ttr•por `�ar.ln 1 -'r1.tLLO I. rI•q.• „ A •661NL .,f rIIP W-.1.• a �),IL..YL.),.• . uwl Y ,n..,,l q-,+rta.an• xunlc Inu wm rxnL. E — n.am.v.• ,ar•.xr �crr.a: ua.l.-..Il.e.....• a ,.u..�L.l,.mu.�..l. � ).r..l«.>,.- tIW,1.01�.II a1• - r L�I�.n � EXAS a LUBBOCK,r QBi+uv.rKN81e EAe..�. H tf,;:,-••.;r a( SOUTHEAST WATER RECLAMATION PLANT APT 4 - �o 4 MOM BMILDING VENTILATION MODIFICATIONS °�`6.: .1 �•• � EIS �uL i :nrsror,w,e ' r •o, n or �N �pp•g LL 'I•4 I * isue =m: ,.sr•awF.w•r•e.u.. mpwa.o.. b A 8 Y h LISR t4at �Ow1 ..bl. IWu.r. UM-400 ONE -LINE DIAGRAM ®� inr'ircra°r�eO°PER rhr ig � z A,m.,aess,,,.r..wir..ur�iA l.' P,n, � •a4Y rn-raven -. 1 s 333iiii Waru �a IsItu a lesis- a• 031113pA - 12331pR8 4 IRV- nan phip3eaa> 10, fit 11 I� s gss �aagaaaj- 1ga1aa11raas is 133aat. 4 aapplaa' PRO- 7AA. !ala3a1311paa` A I� n as11 1111; mo! I'm Na its g R �3aft ELECTRICAL LEGEND AND AMMVIATIONS Q:w� u�.�H per.,...,.. �NB61tIMTtlM H0.6i000 9 p q as � a HIM_yng I ? P \at . p f 1 a11 gill LUBBOCK, TEXAS f17 6LACKAVEATCH + �0 I^ SDURIEAST T. RELY.AYATION PLANT PLMlT BLOg'FA BOIL INQ VENTILATI YQDIFICATI0.4S io HVAC SCHEDULES, DETAILS AND PLAN��r N. N® 0 8 IA� Luaauur%l I CAAO BLACK&VRATCH SWTIEAST WATER RECLAN[ATICN PLANT •'�"••^'�"�"�' PLANT 4 BLOKft BUILDING VENTILATION IWIFICATIONS waa � erno. STRUCTURAL MODIFICATIONSti+ila.4YeH°� ,LIS r , fi'-f'r U'•II' 1 � �. 1! �F. r 1r 7 L .mil r p _ ' H 4 par "'i. ;• - �, i .- � vi.-..-. b�k� _: T iT �r- ,.;� �i _iT^^^"i'-'.::_._...:. :.`• '•—rF77 ilk I� If 1 i FFIIAAS F Lit3 � 1 x L r LUBBOCK, TEXAS DLACKAVFATCH wr..ew w.wr a ' -. •� SOUTHEAST WATER RECLAUATION PLANT � QQ� PLANT I BLOWER BUILDING VENTILATION ADDIFICATIQYS i1d i'AitliCa` `•{ Rig" ,w'•„•�• , •••» wR� iMilbf wY MOiO Y I if ` o. w a :A fV �, r mn �seu-iea.rwa.ueeun. mr,r.aa �.° SECTIONAL PLAN, d' vwirm_.rnnin rr n:u w rra ner ax.. us u.n.l...wv