Loading...
HomeMy WebLinkAboutResolution - 3682 - Contract - ABB Power Distribution Inc - Stuctures & Equipment, LP&L S Substation - 08_08_1991Resolution No. 3682 August 8, 1991 Item #35 HW:js RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and ABB Power Distribution, Inc. for structures and equipment for the Lubbock Power & Light South Substation, attached here- with, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 8th day of August 1991. C. McMIN , MAYOR ATTEST: Ranettr Boyd, City secretary L' APPROVED AS TO CONTE Gene Ea , Pu c asing Manager APPROVED AS TO FORM: WHarold Willard, Assistant City Attorney R3�11 7';:z' v.. MW CITY OF LUBBOCK SPECIFICATIONS FOR SOUTH SUBSTATION STRUCTURES & EQUIPMENT BID # 11357 CITY OF LUBBOCK Lubbock, Texas i City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 B06-767-3000 MAILED TO VENDOR: 6/20/91 OLD CLOSE DATE: 7/02/91 @ 2:00 P.M. NEW CLOSE DATE: 7/16/91 @ 2:00 P.M. Bid #11357 Addendum #1 Please modify or amend Contract Documents as follows: 1. The closing date for Bid #11357 shall be extended to 2:00 p.m., July 16, 1991. 2. In the specifications, General Instructions to Bidders, page 5, paragraph 1., Scope of Work, add the following: All materials and equipment furnished under this specification will be installed by LP&L construction forces unless specifically noted otherwise. 3. In the specifications, General Instructions to Bidders, page 8, add the following paragraph: 20. DELIVERY —, All equipment and materials furnished under this specification shall be furnished FOB the LP&L South Substation or FOB the LP&L Operations Center, as directed by the Owner's Representative. �., Equipment and materials provided under this specification are needed in order to construct and energize the LP&L South Sub- station by May 15, 1992. To meet this schedule it is anticipated that equipment in Sections 1.0, 3.0, and-4.0 must be received by March 15, 1992 and equipment in Sections 2.0 and 5.0 must be received by November 15, 1991. 4. In the specifications, Section 1.0 - 69KV Circuit Breakers, paragraph 1.05, change the last sentence to read, "Stud Connectors will be furnished under Section 2.0 - Substation Steel, Buswork, and Grounding." 5. In the specifications, Section 4.0 - Switchboard Relaying, para- graph 4.24-Substation Maintenance Management System, change the first.sentence to read, "Under Base Bid Item #4.1, the Vendor...." 6. In the specifications, Section 4.0 - Switchboard Relaying, M- paragraph 4.25 Miscellaneous Equipment, change the first sentence to read, "Provide under the Base Bid Item #4.1 the following equipment for installation at adjacent Substations...." 7. In the specifications, Section 4.0 - Switchboard Relaying, Para- graph 4.26 Switchboard Metering, change the first sentence to read, "Under Base Bid Item #4.1 the Vendor...." ThCyou, Ron Shuffiel Purchasing Department PLEASE RETURN ONE COPY WITH YOUR BID. r- City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 BOB-767-3000 MAILED TO VENDOR: 6/25/91 CLOSE DATE: 7/16/91 @ 2:00 P.M. Bid #11357 Addendum #2 Please modify or amend Contract Documents as follows: 1. In the specifications, Section 4.0 - Switchboard Relaying, paragraph 4.19 Base Bid Material List, page 10, and paragraph 4.21 Alternate Bid Material List, page 16, on the 69 KV bus .- differential relay (87B-1A, B,C) change the style number of the ABB model KAB relay to 6668D37A26. 2. In the specifications, Section 4.0 - Switchboard Relaying, paragraph 4.19 Base Bid Material List, page 12, timers 02Z2-1 and 02Z2-2, the ABB TD-52 style number should be 606B038A26. 3. In the specifications, Section 4.0 - Switchboard Relaying, paragraph 4.19 Base Bid Material List, page 13, and paragraph 4.21 Alternate Bid material List, page 18, the transformer differential relay (87-T1A, B,C) change the style number of the ABB model HU relay to 290B346AO9. 4. In the specifications, Section 4.0 - Switchboard Relaying, paragraph 4.21 Alternate Bid Material List, page 18, the distance relays (21Z1-1, 21NZ1-1, 21Z-1, 21NZ2-1, ect.) add a comment that the ABB model MDAR relay shall be furnished with the version 1.8 -- firmware. 5. In the specifications, Section 4.0 Switchboard Relaying, paragraph 4.21 Alternate Bid Material List, page 19, the application for the two relays in panel 2 [50/51 A,B,C (SS69-3) and 50/51 - A,B,C (SS69-4)] should be shown as phase overcurrent and ground. Change the style number of the ABB model MMCO to MMZZ5Z3GC1. 6. In the specifications, Section 4.0 - Switchboard Relaying, paragraph 4.21 Alternate Bid Material List, page 19, the phase and ground overcurrent relay [50/51 - A,B,C (SS69-BT)] change the style number of the ABB model MMCO to MMZZ5Z36C1. Tha you, Ron Shuffi Purchasing Department PLEASE RETURN ONE COPY WITH YOUR BID. CITY OF LUBBOCK SPECIFICATIONS for TITLE: South Substation Structures & Equipment ADDRESS: LP&L South Substation BID NUMBER: 11357 PROJECT NUMBER: 2115-554101-9639 CONTRACT PREPARED BY: Purchasing Department -1- (THIS PAGE LEFT BLANK INTENTIONALLY) INDEX PAGE 1. NOTICE TO BIDDERS..........................................................................................3 2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................5 3. BID PROPOSAL - BID FOR UNIT PRICE CONTRACTS...............................................................10 r- 4. PAYMENT BOND..............................................................................................14 A... 5. PERFORMANCE BOND ................................................... ......17 ................................. 6 CONTRACT..................................................................................................20 7. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................22 9. SPECIFICATIONS............................................................................................35 10. SPECIAL CONDITIONS........................................................................................36 11. NOTICE OF ACCEPTANCE.......................................................... ....37 ........................ -2- (THIS PAGE LEFT BLANK INTENTIONALLY) B NOTICE TO BIDDERS -3- (THIS PAGE LEFT BLANK INTENTIONALLY) NOTICE TO BIDDERS BID # 11357 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 2nd day of July, 1991, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: SOUTH SUBSTATION STRUCTURES & EQUIPMENT After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 25th day of July, 1991, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less �^ than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) -within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. -- The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -bid conference on 18th day of June, 1991, at 10:00 o'clock a.m., Personnel Conference Room #108, Municipal Building, 1625 13th Street. CITY OF LUBBOCK BY: Gene Eads, C.P.M. Purchasing Manager (THIS PAGE LEFT BLANK INTENTIONALLY) ADVERTISEMENT FOR BIDS BID # 11357 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 2nd day of July, 1991, or as changed by the issuance of format addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: SOUTH SUBSTATION STRUCTURES & EQUIPMENT After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant �- to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a prebid conference on 18th day of June. 1991. at 10:00 o'clock a.m., Personnel Conference Room #108, Municipal Building, 1625 13th Street. BY: Gene Eads, C.P.M. PURCHASING MANAGER (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL INSTRUCTIONS TO BIDDERS -4- (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: To furnish steel structures, high voltage circuit breakers, medium voltage switchgear, protective relaying equipment, and other miscellaneous electrical materials for the construction of LP&L South Substation. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS it is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION 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 sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. r., 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. -5. 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for pro- tecting 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 provi- sion. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 8. GUARANTEES ALL equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective 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). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, 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 re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6- 12. 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 construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, 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 re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. -- 16. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the -7- site of the work shall not later than the seventh day following the payment of wages, file with the Owners Representat've, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. 17. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 18. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 19. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- towing: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) 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. .8- BID PROPOSAL -9- (THIS PAGE LEFT BLANK INTENTIONALLY) 7 BID PROPOSAL BID FOR UNIT PRICE CONTRACTS PLACE Sanford, Florida DATE July 12, 1991 PROJECT NO. 11357 Proposal of ABB Power Distribution Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a Line Up Of 15KV, 2000A Main Bus, Indoor Switchgear — Inquiry Item #3 having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re- lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and labor, hereby proposes to t ' furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions and contract documents, within the time set forth therein and at the price stated below. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in- struction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Enclosed with this proposal is a Cashier's Check or Certified Check for WF Dollars (S ) or a Proposal 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 proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. *See Pricing And Delivery Page* I� �� -10- Bidder understands and agrees that the contract to be executed by Bidder shall be bound.and include all con- tract documents made available to him for his inspection in accordance with the Notice to Bidders. ABB Power Distribution Inc. Contractor BY: 7� . T- (Seat if Bidder is a Corporation) 7— 3 ,;t 3 - Ka a 0.4k- ATTEST• Asti Se retary -11- LIST OF SUBCONTRACTORS This form shall becomt)leted and submitted with the Bidder'sProposal. Minority Owned Yes No 1ABB T & D X 2. General Electric X 3. Piedmont Dielectrics Inc X 4. Scientific Columbus g 5. 6. 7. 8. 9. 10. -�z- (THIS PAGE LEFT BLANK INTENTIONALLY) BID PROPOSAL FORM FOR SECTION 3.0 - 15 kV METALCLAD SWITCHGEAR Bid Item #3.1 Provide 15 kV metalclad switchgear with electromechanical relays as —• Specified in Section 3.0., Please See Attached $ "Pricing And Delivery" Delivery _ Bid Item #3.2A Provide 15 kV metalclad switchgear with microprocessor based relays as Specified in Section 3.0. Please See Attached $ "Pricing And Delivery" Delivery r= Are there any exceptions to this specification? Yes Please See Attached Clarifications And Comments - General Conditions Of The Agreement And Clarification And Comments — Section 3.0 3 (THIS PAGE LEFT BLANK INTENTIONALLY) CITY OF LUBBOCK, TEXAS BID #11357 ABB NEGOTIATION #5314-910612 PRICING AND DELIVERY BID ITEM #3.1 Price Per Clarifications And Section 3.0 Of Specification: Shipment 12/20/91 $223,810 Shipment 3/1/91 $231,895 .- Please See Bill Of Material Negotiation #5314-9106120 (A01) BID ITEM #3.1A Use Of Maintenance 15VHK500, 1200A Breaker Instead Of Load Break Switches: Shipment 12/20/91 Or 3/1/92 Price Add To Item #3.1 Above $ 10,300 BID ITEM #3.2A Price - Same As Item #3.1 Except With Microprocessor Based Relays r- As Specified: Shipment 12/20/91 Or 3/1/92 Price. Add To Either Item #3.1 Or #3.1A Above $ 4,610 NOTE• Bid Bond For 5% Of Proposal Price Is Being Forwarded To The City Of Lubbock, Texas Under Separate Cover Overnight July 15, 1991. (THIS PAGE LEFT BLANK INTENTIONALLY) 0- C CITY OF LUBBOCK, TEXAS BID #11357 ABB NEGOTIATION #5314-910612 CLARIFICATIONS AND COMMENTS GENERAL CONDITIONS OF THE AGREEMENT (1) Refer: Sections 35, 36, 37 & 38 Payment to be 95% net 30 days after shipment and 5% net 30 days after acceptance not to exceed 120 days after shipment. Refer: Section 40 Warranty to be 12 months from energization date or 18 months from date of shipment, whichever comes first. (2) Where not covered under General Conditions of the Agreement, ABB Terms and Conditions of Sale (Form PDI3600) applies and is attached. Liquidated and/or consequential damages are specifically excluded from any contract resulting from this proposal. (3) Price is firm for delivery quoted based on 30 day quote validity. (4) General Arrangement and Bill of Material available for customer approval 6 weeks ARO, Schematics available 4 weeks after above approval and Connection Diagrams 3 weeks after above approval. (5) Field service is not included in prices. Refer to attached "Pricing - Field Service" for this service. (6) State/local taxes of any kind are not included. (7) Shipment is F.O.B. common carrier truck destination. r. Unloading is not included. (THIS PAGE LEFT BLANK INTENTIONALLY) ..T CITY OF LUBBOCK, TEXAS .." BID #11357 ABB NEGOTIATION #5314-910612 CLARIFICATIONS AND COMMENTS - SECTION 3.0 (1) Refer: Section 3.03 Load break switches are rated at 600A continuous, 40KA momentary, close & latch and 3 sec. Refer: Section 3.03 Alternate arrangement with breaker utilizes 1200 continuous rated breaker, 15VHK500, 1200A. Each "maintenance" position is equipped with necessary current transformer and utilizes "operating" breaker metering and protective devices. Refer: Section 3.14 For witness tests of switchgear add $2,100 - 2 day maximum. (2) Refer: Section 3.04 Breakers to be 15VHK500 with maximum interrupting rating of 23KA and interrupting time of 3 cycles. See Bulletin 3.2.4-1B for additional rating information. (THIS PAGE LEFT BLANK INTENTIONALLY) PROP- METAL -CLAD APPLICATION AND ARRANGEMENTS ASEA BROWN BOVER I DATES 79/ -l". ".• Tm,401. Kv i c mm 0 AM Nop. No.s /!/.-9'/D(o/o1 E/N�DO MENT � INDOOR OUTDOOR TYPE f,J-V wl ",40 s 74 h 2 C-c0 , AB�B S . 0 . No . PURCHASER pRlp-p(tpOF SR WALK-IN 0 iy STANDARD NON WALK-IN CLOSE1 5- $ , ?,� r-co �• No- jl367 cir}/ OF.4018.80cI{ T_X, DR WALK-IN TRIP: S TOTALsa2S300 LB /5' KV OD ' MAIN Bus D0 A. FINISH I@ABB STD []SPECIAL WU- 1,0A 1o#o _ �L 3 0 3 W 60 CY � IDAW STMOMO ® COPPER OVERALL DIMENSIONSHIa $ 8 h IING " 1,41 rr UN IT LION A r DEPTH AM Am ma me AOd AM AM Aft AM AM /.a voA 6coA )600A OPAW,%'r ORAWOvi 600A 600A C 07-a5'140A 3 Pr l 3 PT_� ear as�lv,T 917"Our 2 0 NiM/,l I Y 714 MAIN UNIT NO. SsiS--MI ssis-/ 6s/3=a A x. Syrs-TI 55/5-3 ss/5-y s's/s�Md TYPE OF LNIT A4,4/,V FCEQ62 F``"EUEIZ T/E FejF& iQ %LE04;/Z MAIN RA A000 '3000 o7060 - cti000 0-L000 01000 a6700 ( i) EOt1I WW SHALL BE DESIGNED. TESTED AND ASSEMBLED IN ACCORDANCE WITH THE LATEST APPLICABLE STANDARDS OF ANSI. IEEE AND NEMA. (2) FOR OUTDOOR WALK-IN CONSTRUCTION ADD 75.0' TO DEPTH ITEM PAGE CONT. ON PAGE- A/Ek144, (AISLE SHIPPED UNASSEMBLED). No Text ® PROPS METAL -CLAD APPLICATION AND ARRANGEMEN , ., f �® ASEA BROWN ROVERI DATEt Rev. o /s— K► sW AWEr► ®iia/i eorert N•' . o . S / - 9/dG o1 /S'Nl1.ZI /it/ODO/Z EOUIPMENT IRl7" OUTDOOR � TWEk raFK✓5_00 4� t 7�'� ECeM, S.O. No. LSTANDARD NON WALK-IN Awt y- $ t,38"2ccom. CUST. No. /l 35S7 G try of d�3f3ocil PURCHASER DRIP PROOF SR IWALK-INDR ALK N �...iPt T(mu.,a3 oo0 � B /s Kv 6"L " MAIN BUS oDD A. FINISH ABB STD []SPECIAL t /fl 1 0�lODLB 3 /0 3 W 619 CY 1[3ABS STMDARO MCOPPER A1, Te'/2A/,4 7-1_=_ w l T P NIfE/NT.EN,4 NC1 BRAKE �Q OVERALL DIMENSION SEECCTIO S ING ��y'' DIMENSION L DEPTH AM AM ma AM AM AM AM AM AM AM A4,#IN pztoou r MAiN --I 3 P r ° ) )° j /� oRAwvor ao0 G s'T�a i C.P -,45kdA M A M Dc0 D2 W c�� /JZAWvv17 T/� r-a5i_ Fu5!� MIT NO. SS/S, ( SS�s - .1 5515-M I sgIs--T/ ssis-Aia ssir--3 Ssis_ // TYPE OF UIQT F`F,Q_FR F6E G/1 MitoY 7`//= M,4//✓ f6,56C/Z F6EQE[� �2OD0 ADOO (;z04© a'2600 adod a o,9a a0oo iI)EQUII'MENT SHALL BE DESIGNED. TESTED AND ASSEMBLED IN ACCORDANCE WITH THE LATEST APPLICABLE STANDARDS OF ANSI. IEEE AND NEl4A. (2) FFOR OUTDOOR WALK-IN CONSTRUCTION ADD 75.0' TO DEPTH ITEMAL r PAGE o1 CONT. ON PAGE A/E (AI, E SHIPPED UNASSEMBLED) . ,¢/ (THIS PAGE LEFT BLANK INTENTIONALLY) PAGE _ A B B POWER D I S T R I BUT 1 ON I r . ' PROPOSAL BILL OF MATERIAL l! NEGOTIATION # 53149106120 3 CUSTOMER: SALES ORDER # PROJECT 4 CITY OF LUBBOCK P.O. # INQUIRY # 11:=57 DATE 7/`12/91 CODE QTY DESCRIPTION SUB ITEM A0 1 15HK— I I SWGR—VAC I D CITY t �F LUBBOCK ID101 1 FRAME-15VHF-::500 AUX/AUX NO MAIN BUS ,1112 6 t= RAME-15VHK500 AUX / 2000 CU BUS —NO MAIN BUS .-. Q 128 1 FRAME-15VHK500 AUX /2000—TIE CU BUS —NO MAIN BUS 0151 7 15VHK500-2000A 40KA REMOVABLE BREAKER ELEMENT (MODEL-20) 0154 7 BREAKER CERTIFIED TEST REPORT (00) 0.156 4 LATCH CHECK SWITCH (21) 1 256 1 BREAKER ACCESSORIES 1200 / 2s i0c iA . MODEL 2 0400 � 1 VACUUM I NTEGRETY CUBICLE Q402 5 1200A COPPER MAIN BUS 15VHK 500/ 750 & 5VHK 250 0406 7 200 iA COPPER MAIN BUS-15VHK 500/750/1000 & 5VHK 250/350 Q440 4 6� �i � A . 1 •_ . 8KV VERSASW I TCH COMPLETE WITH HANDLE':BARR I ER K I I Q450 8 HEATERS (PER FRAME) FULL VOLTAGE (DOUBLE Q' TY FOR 1/2 VOLTAE r. Q451 8 THERMOSTAT STANDARD TYPE Q465 7 8—POLE MOC/TOC 0468 1 TEST CABINET, WALL MOUNTED ID471 0473 6 18 INSULATED CABLE SUPPORT PLASTISOL BOOT —SIMPLE (EACH) C2505 2 PRIMARY CPT FUSE { 1 NSTALLEDI 1,1511 2 CONTROL PWR.TRANSF.15KV CLASS SINGLE PHASE-25KVA -- 0514 2 ROLLOUT CPT PRIM.FUSE COMPT.1 FUSE W/SWITCH 22. 5" HIGH (-!5=7 4 LIGHTNING ARRESTOR-9KV, DISTRIBUTION TYPE (SET OF 3) . U556 139 CURRENT TRANSFORMER —BUSHING MTD.MULTI RATIO STD.ACCURACY 0555 12 BUSHING CURRENT TRANSFORMER MULTI —RATIO HIGH ACCUR. ,., L!531 2 SPARE CPT FUSE 0582 2 VOLTAGE TRANSDUCER 1—PHASE 0-1 MA OUTPUT .!583 7 CURRENT TRANSDUCER 1—PHASE 0-1 MA OUTPUT Q590 7 WATT/VAR TRANSDUCER 7—ELEMENT 0-1 MA OUTPUT Q592 16 2—POLE 600V PULL—OUT FUSEBLOCF:: 060= 4 RELAY—OVERCURR,NON—DIR,TIME & INST, GROUND 50/51 -- Q607 12 RELAY-OVERCUFR,NON—DIR,TIME & INST,DISTRIB CIR,1 PH 50/� Q657 4 RELAY—BUS,DIFF,VLTG,INST,i PH CURB, HIGH 'SPEED _ Q668 2 LOCK —OUT RELAY , MULTI CONTACT HAND RESET n—. 070= 9 DIGITAL AMMETER/VOLTMETER 0716 4 WATT HOUR DEMAND METER 3 ELEMENTS 0725 10 INSTRUMENT WITCH t�726 7 CONTROL SWITCH Q72 7 16 INDICATING LAMP (EACH) L-2720 9 RECORDING VOLTMETER, WESTINGHOUSE Q740B 8 REPRODUCIBLE DRAWINGS MYLAR / PER FRAME ,.., Q745A 1 CERTIFIED STANDARD TEST REPORT --FIRST FIVE Z r._i0 6 1 DRRAW I NGS , APPROVAI.._ SUB— (THIS PAGE LEFT BLANK INTENTIONALLY) ,_ PAGE 1 ABB POWERDISTRIBUTION INC ~~ NEGOTIATION # 53149106121 SALES ORDER # P.O. it CODE SUB ITEM Q114 _ 0120 Q128 Q151 0154 0156 0256 0400 0406 Q450 Q451 0465 Q468 Q469 0471 Q473 Q505 0511 0514 Q537 0556 0553 0581 Q582 0583 Q590 0592 Q603 0607 Q657 Q668 0703 9716 0725 0726 0727 Q728 Q740B Q745A Z006 QTY DESCRIPTION PROPOSAL BILL OF MATERIAL ` CUSTOMER: ' PROJECT INQUIRY # ' 'DATE 7/12/91 ` ` A01 15HK-IISWGR-VAC ID CITY OF LUBBOCK ALTERNATE~Ak '2 FRAME-15VHK500 2000/AUX CU BUS -NO MAIN BUS 4 FRAME-15VHK500 2000/1200 CU BUS -NO MAIN BUS ` 1 FRAME-15VHK500 AUX/2000-TIE CU BUS -NO MAIN BUS 8 15VHK500-2000A 40KA REMOVABLE BREAKER ELEMENT (MODEL-20) 8 BREAKER CERTIFIED TEST REPORT (00) ` 5 LATCH CHECK SWITCH (21) 1 BREAKER ACCESSORIES 1200/2000A.MODEL20 ' 1 VACUUM INTEGRETY CUBICLE 6 2000A COPPER MAIN BUS-15VHK 500/750/1000 & 5VHK 250/350 7 HEATERS(PER FRAME)FULL VOLTAGE(DOUBLE Q'TY FOR 1/2 yOLTABE 7 THERMOSTAT STANDARD TYPE ' 11 8-POLE MOC/TOC- 1 TEST CABINET, WALL MOUNTED 1 MANUALLY OPERATED BREAKER LIFTDEVICE 6 INSULATED CABLE SUPPORT 18 PLASTISOL BOOT -SIMPLE (EACH) 2 PRIMARY CPT FUSE {INSTALLED} 2 CONTROL PWR.TRANBF.15KV CLASS SINGLE PHASE-25KVA 2 ROLLOUT CPT PRIM'FUSE COMPT.1 FUSE W/SWITCH 22.5" HIGH ' 4 LIGHTNING ARRESTOR-9KV, DISTRIBUTION TYPE (SET OF 3) 51 CURRENT TRANSFORMER -BUSHING MTD.MULTI RATIO STD.ACCURACY 24 BUSHING CURRENT TRANSFORMER MULTI -RATIO HIGH ACCUR. 2 SPARE CPT FUSE 2 VOLTAGE TRANSDUCER MA OUTPUT 7 CURRENT 7RANSDUCER 1-PHASE 0-1 MA OUTPUT 7 WATT/VAR TRANSDUCER 3-ELEMENT 0-1 MA OUTPUT 24 2-POLE 600V PULL-OUT FUSEBLOCK 4 RELAY-OVERCURR,NON-DIR,TIME & INST, GROUND 50/51N 12 RELAY-OVERCURR,NON-DIR,TIME & INST,DISTRIB CIR,1 PH 0/51 4 RELAY-gUS,DIFF,VLTG,INST,1 PH CURR, nIGH SPEED 87 2 LOCK -OUT RELAY , MULTI CONTACT HAND RE,ET 86 9 DIGITAL AMMETER/VOLTMETER 4 WATT HOUR DEMAND METER 3 ELEMENTS 13 INSTRUMENT SWITCH 11 CONTROL SWITCH 24 INDICATING LAMP !EACH) 9 RECORDING VOLTMETER, WESTINGHOUSE 7 REPRODUCIBLE DRAWINGS MYLAR / PER FRAME 1 CERTIFIED STANDARD TEST REPORT --FIRST FIVE 1 DRAWINGS, APPROVAL SUB -I ' (THIS PAGE LEFT BLANK INTENTIONALLY) PAGE t' NEGOTIATION # =1491 ?6121 ^'s 'SALES ORDER 4 r.0. r`r CODE SUES 1 T r ; T EM @101 0112 Q128 0151 0154 Q156 0256 Q4c 0 04� i2 0406 0440 Q450 '^ C!451 0465 0468 t1471 0473 Q505 0511 Q514 05:.' 0556 558 0581 0582 C 83 0590 Q 59'2 0655 066._ 0668 0676 .- 0703 0716 0725 25 ?726 0727 ?728 0740B 0745A Z006 QTY DESCRIPTION AB-B POWER 1DISTRIBlUTIC-IN INC PROPOSAL BILL OF MATERIAL CUSTOMER: PROJECT NQU IR'`f tr DATE /12/91 B01 1=::+-Ik::-1I ,_WC+R—•le•.t: ...D CITY OF LUBBOCK-- RL- YANTt=RiS! i rF;r1ME-15VHk::500 AiJn.AUn N(:1 MAIN BUS 6 FRAME-15VHK5( 0 AUX /2 0 ?c i CU BUS —NO MAIN BUS 1 FRAME-1 5VHK500 AUX / 2 r;)c: 0—TIE CU BUS —NO MAIN BUS 7 15VHK500-2000A 40KA REMOVABLE BREAKER ELEMENT (MODEL-20) 7 BREAKER CERTIFIED TEST REPORT 00 ) 4 LATCH CHECK -WITCH :21) 1 BREAKER ACCESSORIES a 2 .'0/2t?00A. MODEL :fir j 1 VACUUM .+ ACL'UM INTEG:ET Y CUBICLE CLE 5 12+)0A ._O:'F'!=F° h+AIP•.i ._US 15V{-IF-:: 500, . _0 _. 5yi-iK 250 2000A COPPER MAIN I=;US-15Y'HK 500/; 5C?/10VO _< 5vHK 250, ._5t; "c?i r••.. 13.3F•::V V,=R :ASWT TCri COMPLETE ;li:[TI-i HANDLE:::SARRIL(: KIT 8 HEATERS ( PER F AME) ULL "- OLTAGE (T QU {LE Q ' T`z` POR 1/ 2 VOLTAGE o THERMOSTAT STANDARD TYPE 8—POLE MOC/TOC 1 TEST CABINET, WALL NOUNTED 6 INSULATED CABLE SUPPORT 18 PLAST I SOL BOOT --SIMPLE (EACH) 2 PRIMARY CPT FUSE C i NSTALLED 2 CONTROL FWR. TRANSF. 15KV CLASS 'S:INGLE PHASE-25KVA 2 ROLLOUT CPT PRIM.FUSE COMPT.1 FUSE W/SWITCH 22.5" HIGH 4 LIGHTNING Ai 'RESTOR-9F: V , DISTRIBUTION TYPE ( SET OF 1) '9 CURRENT TRANSFORMER —BUSHING M TD. MULT I RATIO STD . ACCURACY 12 BUSHING CURRENT TRANSFORMER MULTI —RATIO HIGH iACCl. R . 2 FUSE SPARE CPT + J=E VOLTAGE TRANSDUCER i -PHASE 0-1 - ; A t: l_ 1..{_(_•;..-i ;- CURRENT TRANSDUCER -PHASE 0-1 MA OUTt==U7' 7 WATT/VAR TRANSDUCER 3—ELEMENT —1 MA OUTPUT 16 2—POLE 600V FULL —OUT FUSEBLOCP::: 6 RELAY-2 WINDING TRANSFORMER, HIGH SPEED, PH 'S 4 RECLOS I NG li /3 RECL , AUTO RESET , S T AT I C TYPE 0 LOCK —OUT RELAY MULTI CONTACT HAND RESET 4 RELAY—IMPRES 9 DIGITAL AMMETER/ VOLTMETER 4 WATT i afOUR DEMAND METER 7 ELEMENTS 3 INSTRUMENT UMENT SWITCH CONTROL 3WI I CFI 16 INDICATING LAMP (EACH) `? RECORDING VOLTMETER, WESTINGHOUSE 8 REPRODUCIBLE DRAWINGS MYLAR / PER FRAME 1 CERTIFIED STANDARD TENT REPORT --FIRST FIVE DRAWINGS. APPROVAL SUB-1 (THIS PAGE LEFT BLANK INTENTIONALLY) P- AV Of It ABB Service Company IMINEW Power Services ASEA BROWN BOVERI Pricing - Field Service Effective January 2, 1990 INSPECTION, REPAIR and MAINTENANCE SERVICE Asea Brown Boveri maintains a complete staff of trained field service engineers, technicians and servicemen who are available to provide advisory, installation, inspection, test- ing, maintenance and repair services of electrical apparatus at customers' sites or ABB Service Company Service Cen- ters. The following rates are for service within the United States excluding Alaska and Hawaii. Requests for rates for field service outside the continental United States should be directed to ABB Service Company. CLASSIFICATION OF TECHNICAL SERVICES Class 1 services are those provided for complex systems or equipment requiring a high degree of training, experience or specialization and generally include advisory, installation, troubleshooting, start up, engineering studies. training pro- grams, testing and commissioning of new apparatus. Class 2 services are of a more routine type, performed on less complex equipment. RATES Class 1 Class 2 Hourly rate, straight time ....... $ 95.00 $ 85.00 Hourly rate, overtime ........... $142.50 $127.50 Hourly rate, premium time ....... $190.00 S170.00 Per Diem rate ................. $950.00 $850.00 Minimum billing is 4 hours at the applicable rate. DEFINITIONS Straight time rates apply to all time worked or traveled dur- ing the normal eight hour work day. The normal eight hour work day is defined as any consecutive eight hour day shift period (Monday through Friday —Holidays excepted) with an allowance for meal time. Overtime rate applies to all hours worked or traveled in excess of eight hours on weekdays and all time worked or traveled on Saturdays, up to 8 hours. Premium time rate applies to all hours worked or traveled on Sundays and Holidays, and Saturdays beyond 8 hours. Prices subject to change without notice. Terms and Conditions of ABB Service Company, See Form B4114c. ABB Service company Montgomeryville, PA 18936 Supersedes issue dated December 1, 1989 Form B4253-1 Hourly rates do not include travel and living expenses. Where customers specify or require daily rates for field ser- vices exclusive of traveling and living expenses, multiply the straight time hourly rate by eight (8). This is applicable for all time worked or traveled per eight hour weekday or fraction thereof (Monday through Friday). All hours worked or trav- eled in excess of eight hours per weekday and all hours on Saturdays, Sundays, and Holidays will be billed at the appli- cable hourly overtime rates. Charges for traveling and living expenses will be billed at cost plus a handling charge. Per Diem rates include local travel and living expenses. This rate is to be used where customers specify or require per diem rates for field services including local travel and living expenses. The rate is applicable for days worked or traveled, Monday through Friday. All hours worked or traveled in excess of eight hours per weekday and all hours on Satur- days, Sundays, and Holidays will be billed at the applicable hourly overtime rates. The per diem rate for the class of service rendered includes normal local living and trans- portation expense. Traveling time and expense from the employee's headquarters to the job area and return will be billed separately. If the employee is required to remain in the job area over a weekend, local living expenses will be billed separately. Travel time. The maximum billing for traveling time, at the applicable rate, shall be eight hours per employee for any one calendar day. Traveling time and expenses for each employee will include leaving and returning to his headquar- ters. All traveling and living expenses will be billed at cost plus a handling charge. The Service Quotation or Order Acknowledgement will define the handling charge for each job. MATERIALS AND OTHER CHARGES A. Material furnished by Asea Brown Boveri. All materials furnished by Asea Brown Boveri and used on the job will be billed at current rates. B. Material purchased from Vendors. All materials, expendable small tools and services required to be purchased for the job will be invoiced at cost plus handling charge. C. Special tools and test equipment. A rental charge shall be made for special tools and test equipment for each day used on the job. TERMS OF PAYMENT Terms of payment are net upon receipt of invoice. No Text a+ ate+ M_ M_ Q- ,�,! Section GC-2. PUMP ABB Power Distribution Inc. Page ASEA BROWN BOVERI April 4,198, Terms and Conditions of Sale (Form PDI 3600) The following terms and conditions shall apply to all sales of goods by ABB Power Distribution Inc. (hereinafter the "Company"). Terms of Payment 1. Terms are net cash within 30 days from date on invoice. If payment is not made within the 30 days cash period, a late payment charge of 1 112% per month will be imposed on the unpaid balance. Pro rata payments shall become due as partial shipments are made. When shipments are delayed by the Purchaser, payment shall become due from date when the Company is prepared to make shipment. Goods held for delayed shipment at the request of the Purchaser will be invoiced as if shipped when originally scheduled and will be held at the risk and expense of the purchaser. Payment 2. If, in the opinion of the Company, the financial condition of the Pur. chaser at time the equipment is ready for shipment does not justify the terms of payment specified, the Purchaser may be called upon, before shipment, to arrange terms of payment satisfactory to the Company. Quotations 3. Quotations are void unless accepted within thirty (30) days from date thereof, unless otherwise stated and, in the meantime, are subject to change or withdrawal upon notice. Orders made thereon are not binding until and unless accepted by the Company. Shipping dates are approximate and are based upon prompt receipt of all necessary information and approved drawings whenever required. Steno- graphic and clerical errors are subject to correction. Price Policy 4, a. Prices are subject to change without notice. Applicable price adjustment clause(s) will be stated at the time of quotation and a copy will be included as part of the quotation. b. When a price adjustment clause is not included as part of the quotation, orders or unshipped portions of orders subject to shipment more than 30 days from date of order will be invoiced at price in effect (upward or downward) at the time of shipment in accordance with price adjustment clause PD13701. Minimum Billing Charge 5. The minimum billing charge will be $100.00. Delivery 6. Unless otherwise specified, all products are delivered f.o.b. point of shipment, regardless of transportation costs being "allowed", "pre- paid" or "collect:' Shipment 7. a. Orders forequipment, their components and accessories having a selling price of $1000 or more shall be delivered f.o.b. point of shipment with freight prepaid (allowed) via lowest cost transpor- tation to common carrier point nearest destination within conti- nental United States excluding Alaska, and to the common car- rier point nearest the point of embarkation for shipments to Alaska, Hawaiian Islands, or U.S. territories and possessions. Renewal and spare parts orders shall be delivered f.o.b. point of shipment with no freight allowance, regardless of value or weight. b. The point of shipment, method of transportation and routing of shipment shall be selected by the Company. c. There will be no price allowance regardless of whether shipment is made by truck, rail, water, or any combination thereof. d. No allowance will be made in lieu of transportation if Purchaser accepts shipment at factory or warehouse. e. If Purchaser specifies on order "shipment collect;' there will be no credit allowance made for freight. f. If Purchaser requests a method of shipment other than that selected by the Company, any additional expense incurred will be billed to Purchaser. Theseadditional charges include, but are not limited to, such costs as carrier's charges for notification prior to delivery, demurrage, delay in unloading, reconsignment, han- dling, etc. No allowance or adjustment will be made if, in such a case, the cost of delivery is less than that selected by the Com- pany. g. If shipment is accepted by Purchaser at one destination and reforwarded by him, the reforwarding shall be at Purchaser's expense. Shipment Delays 8. The Company shall not be liable for delays in shipment or nonship- ment due to causes beyond its reasonable control or due to acts of God, acts of the Purchaser, fires, strikes, labor disturbances, floods, epidemics, quarantine restrictions, war, insurrection or riot, civil or military authority, compliance with priority orders or preference rat- ings issued by the Government, freight embargos, car shortages, wrecks or delays in transportation, unusually severe weather, or inability to obtain necessary labor, materials or manufacturing facili- ties due to such causes or any of them. In the event of any such delay, the date of shipment will be extended, at a minimum, for a period equal to the period of delay. The contract of sale will in no event be subject to cancellation by the Purchaser, whether due to delay in delivery or to any other cause, except by mutual agreement, nor shall the Company be liable under any circumstances for special or conse- quential damages on account of delay. Penalty Clauses 9. The Company will not. accept any penalty or liquidated damage clauses of any kind, or any liability arising from such clauses, unless specifically approved in writing by a duly authorized representative of the Company. Damage and Loss Claims 10. The Company shall not be responsible for loss, shortage or damage after receipt of "in good order" receipts from the transportation com- pany. The Company's responsibility for loss shortage or damage ceases with delivery to a common carrier, at which time title and risk of loss pass to the Purchaser, and all claims for loss, shortage, damage or delay must be made to the carrier by the Purchaser. Con- cealed damage claims must be reported to the carrier within 15 days from date of delivery. The Company will reasonably assist the Pur- chaser in securing satisfactory adjustment of any claims. Warranty 11. a. The Company warrants that the goods are free of any defects in materials and workmanship. Should any defects in materials or workmanship appear within one year from date of shipment, the Company will, at its option, either repair the defective part or parts, free of charge when returned to the Company, f.o.b. the Company's designated receiving point, or supply a new part or parts free of charge, f.o.b. point of shipment, freight allowed. Repairs will be performed f.o.b. factory or at Purchaser's site, at the Company's option. Whenever work is performed at Pur- chaser's site, it will be performed during a normal eight hour straight -time day. It the Purchaser requests that product war- ranty work be performed during any other time period, Purchaser will be invoiced for the premium time portion of the work; i.e., the difference between the applicable rate and the overtime rate for the services performed. b. This warranty does not apply to, nor is any expense or other damages or liability assumed for, any goods which have been improperly stored or installed or from any accidental or inten- tional attempts to operate the goods in excess of their rating or in abnormal atmosphere or environments, or to which unauthorized repairs or modifications have been made whether or not such goods are defective or in accord with the specifications. Any such repairs or modifications must be authorized by the Com- pany in writing. c. The Company's responsibility does not extend to equipment not manufactured by the Company. The Company will reasonably assist Purchaser in making claims under any warranty provided by the supplier or manufacturer of such equipment. d. The Company is not liable under any circumstances for any loss of profits or other indirect, consequential or special damages or expense resulting from any breach of warranty. e. THE FOREGOING WARRANTY IS EXCLUSIVE AND EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES (EXCEPT TITLE), WHETHER EXPRESS OR IMPLIED, INCLUDING THE IMPLIED WARRANTIESOF MERCHANTABILITY OR FITNESS FOR A PAR- TICULAR PURPOSE, THE FOREGOING REMEDIES OF REPAIR OR REPLACEMENT SHALL CONSTITUTE THE SOLE REMEDY OF THE PURCHASER AND SOLE LIABILITY OF THE COMPANY FOR ANY BREACH OF WARRANTY. Optional Warranty Remedies (Applicable only to transformers in unit substations) 12. For a price of 2% per year (not to exceed 3 years) of the net price for each transformer, the Company will be liable during the warranty period, in connection with any claim under the Company's express warranty, for the direct cost of: (1) Removing a transformer from service (2) Transportation to the factory or repair facility and return tosite, or at the option of the Company, repair on site (3) Reinstallation on site The Comapny's liability for (1), (2), and (3) above, under this optional warranty remedy, will not exceed 50% of the price of the transformer and shall not include the expense of removing adjacent apparatus, fire walls, installing spare transformers, the incremental costs of supplying temporary service, or other indirect expenses. This optional warranty remedy may be purchased only prior to shipment of the goods. ABB Power Distribution Inc. Supersedes Section A.1.5.1, Page 1 & 2 1-4 Industrial Park Dated May 31, 1984 201 Hickman Drive Sanford FL 32771 Section GC•2.0 „ 1111 Page 2 ABB Power Distribution Inc. April 4,1988 ASEA BROWN BOVERI Optional Extended Warranty Period 13. The Company's express warranty maybe extended for a period of one or two additional years for a price of 2 % per year of the net contract price for the goods. This optional extended warranty may be pur- chased only prior to shipment of the goods. Nuclear Insurance — Indemnity 14. For applications in nuclear projects, the Purchaser or Owner shall have complete and proper insurance protection against liability and property damage resulting from a nuclear incident and shall indem- nify the Company, its suppliers and subcontractors, of any tier, against all claims resulting from a nuclear incident. Returned Goods 15. No goods shall be returned without Purchaser having secured approval and terms for return from the Company. The return of all goods including returnable shipping materials such as cable reels, end plates or covers, oil drums, gas bottles, etc. will not be permitted under any condition without the Company's properly executed Returned Goods Authority Form. Goods returned without complete identification in accordance with the Company's instructions or with- out charges prepaid will not be accepted, The Company reserves the right to refuse any goods returned for credit. Termination 16. After acceptance by the Company, an order shall not be terminated, in whole or in part, by the Purchaser except by agreement in writing from the Company and any such agreement will be contingent upon payment of reasonable charges based upon expenses already incurred and commitments made by the Company plus a charge of 10% of the contract price to compensate the Company for indirect costs resulting from the termination. Rescheduling 17. Rescheduling of an orderbythe Purchasershall require agreement in writing from the Company and renegotiation of the price and escala- tion terms to reasonably cover additional costs and commitments occasioned by the change. Delivery commitments made by the Com- pany are based upon complete specifications and/or information supplied by the Purchaser with the order and upon prompt return of approval drawings (if required by the Purchaser) by the date requested by the Company. Rescheduling of an order by the Com- pany as a result of the Purchaser's delay in returning approval draw- ings shall require renegotiation of price and escalation terms to reasonably cover additional costs and commitments occasioned by the delay. Drawing Approval and Changes 18. If at drawing approval the Company has failed to design the product In accordance with the Purchaser's specification, the Company will, at Its own expense, make the appropriate changes. Where Pur- chaser's specifications are not definitive, the Company reserves the right to design the product in line with, in the Company's judgment, good engineering practice. If at drawing approval, the Purchaser makes changes outside the scope of the design as covered in Pur- chaser's specifications, the price and delivery terms shall be ABB Power Distribution Inc. 1-4 Industrial Park 201 Hickman Drive Sanford FL.32771 renegotiated to reasonably cover any additional costs and commit- ments occasioned by the change. Changes made to an order by the Purchaser after engineering is completed or entry of the order into manufacturing will result in substantially greater costs and delivery delays. Patents 19. The Company will at its own expense defend any suit which may be brought against the Purchaser based on a claim that any apparatus or part furnished under contract constitutes an infringement of any United States letter patent (provided the Company is notified promptly of such suit and copies of all papers therein are delivered to the Company), and the Company agrees to pay all judgments and costs recovered in any such suit and to reimburse the Purchaser for costsor expenses incurred in the defense of any such claim or suit. In case said apparatus or any part is held to constitute infringement and the use of the apparatus or part is enjoined, the Company shall, at its own expense, either procure for the Purchaser the right to continue using the apparatus or part or replace it with non -infringing apparatus; or modify it so it becomes non -infringing; or remove the apparatus and refund the purchase price and the transportation and installation cost thereof. The foregoing states the entire liability of the Company for patent infringement by apparatus or any part thereof. Taxes 20. Prices quoted are exclusive of any present or future federal, state or local sales, use or excise taxes. If any such sales, use or excise taxes apply, they will be added to the invoice as a separate item unless Purchaser has furnished an acceptable tax exemption certificate from such tax prior to shipment. General 21. a. All orders or contracts shall be construed and governed by the laws of the State of Florida exclusive of its choice of law rules. b. All orders or contracts are subject to approval and acceptance by a duly authorized representative of the.Company. c. If these Terms and Conditions accompany or are referenced in an offer to sell, acceptance of such offer must be on these Terms and Conditions of Sale (as modified by any special terms of sale which may be included in the Company's quotations or acknowl- edgements). d. If these Terms and Conditions accompany or are referenced In the Company's acknowledgment of Purchaser's order, said acknowledgment shall be a conditional acceptance only of Pur- chaser's order, conditioned upon Purchaser's assent to these terms and conditions. Purchaser's acceptance of shipment shall constitute assent to these Terms and Conditions. e. Neither modifications of, nor additions to, the foregoing Terms and Conditions, oral or written, nor any conflicting terms or con- ditions incorporated in Purchaser's order shall be binding on the Company unless specifically agreed to by the Company in writ- ing and signed by a duly authorized representative of the Com- pany. Supersedes Section A.1.5.1, Page 1 8 2 Dated May 31,1984 CHUBB GROUP OF INSURANCE COMPANIES allUE30 15 Mountain View Road, P. O. Box 1615, Warren. New Jersey 07061-1615 FEDERAL INSURANCE COMPANY BID BOND Bond No. 81247988—K Amount $ 5X OF AMOUNT BID Know All Men By These Presents, That we, ABB POWER DISTRIBUTION, INC. 201 HICKMAN DRIVE SANFORD, FLORIDA 32771 (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF LUBBOCK, TEXAS .� 1625 13th STREET, ROOM L-04 LUBBOCK, TEXAS 79401 (hereinafter called the Obligee), in the sum of FIVE PERCENT OF AMOUNT BID — — — — — — — — — — — — — - — — - — — — - Dollars ($5X OF AMOUNT BID ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 12th day of July A. D. nineteen hundred and ninety one WHEREAS, the Principal has submitted a bid, dated July 16 119 91 for manufacture 15KV Switchgear—seven frames NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the dif- ference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in.excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. ABB POWER DISTRIBUTION, INC. Principal By: FED INSURANC COMPANY 1 By: Debra Carnegie, Attorne in —fact PRINTED Form 15-02-0002 (Rev. 4-90) M-19394 (15M) U.S A. (THIS PAGE LEFT BLANK INTENTIONALLY) .., A: KNC)W F-DGXMEN'T OF ANNEXED INSTRUMENT A-. STATE OF NEW YORK ^^ COUNT',' OF NEW YORK On this 12th day of July 19 91 before me personally came Debra Carnegie who, beino by me duty swam, did depose and say that he is an Attorney -in -Fact of the FEDERAL INSURANCE COMPANY, and knows the corporate seal thereof; that Me seal affixed to said annexed instrument is such corporate seal, and was thereto affixed by authority of the Power of Attorney of said Company, Of which a Certified Copy is hereto attached, and that he sinned said ln- strument as an Attorney -in -Fact of said Company by like authority. Acknowledoed and Swom 10 before me _ on the pare above written VINENToy My Commission F xpiTR&ry Publ cG St tauor New York No. 4G26962 Quallfled In New York County .— Commission Explras APM 25, 19„`,j z (Noti:Libii'.) r■- (THIS PAGE LEFT BLANK INTENTIONALLY) P" FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 1990 (in thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Short Term Investments ............... $ 186,734 Outstanding Losses and Loss Expenses.. $ 2,935,643 United States Treasury Bonds .......... 315,035 Unearned Premiums .................. 871,957 United States Government and Federal Accrued Expenses ................... 80,181 Agency Guaranteed Bonds ........... 276,270 Non -Admitted Reinsurance ............. 30,185 State and Municipal Bonds ............ 2,177,474 Dividends Payable to Policyholders ...... 24,746 Other Bonds ........................ 414,420 Loss Portfolio Transfer ................ (145,626) Common Stocks ..................... 209,554 Other Liabilities ...................... 198,332 Other Invested Assets ................. 87,099 TOTAL INVESTMENTS .............. 3,666,586 TOTAL LIABILITIES ................. 3,995,418 Capital Stock ........................ 13,987 Investments in Affiliates: Paid -In Surplus ...................... 472,986 Vigilant Insurance Company ......... 200,591 Great Northern Insurance Company ... 68,809 Unassigned Funds ................... 591,747 Pacific Indemnity Company .......... 321,258 Bellemead Development Corporation... 376,501 Unrealized Appreciation of Investments .. 325,912 C.C. Canada Holdings Ltd ........... 68,062 Other Affiliates ..................... 47,462 SURPLUS TO POLICYHOLDERS ..... 1,404,632 Cash .............................. 12,963 Net Premiums Receivable ............. 402,322 Other Assets ........................ 235,476 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS .......... $ 5,400,050 TO POLICYHOLDERS ............. $ 5,400,050 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $13,173 are deposited with government authorities as required by law. State, County & City of New York, — ss: Richard Hight, Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 1990 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 1990. Subscribed and sworn to before me �� . `� this 1st day of April, 1991. Assistant Secretary DORISPARKS NOTARY PUBLIC, State of New York No. 4612M Qualified in Putnam County Notary Public Commssi Commission seJuner30, 1993 Form 27-10.0071A (Rev. 4-91) PRINTED U IS A (THIS PAGE LEFT BLANK INTENTIONALLY) POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, an Indiana Corp( tion, has constituted and appointed, and does hereby constitute and appoint H. R. Boyle, James P. Reilly, Catherine F. Ros Michael Ferreira, Richard D. Wagner, Justin C. Larkman, Jennifer C. Bolster, Paula White, Deb>: Carnegie, Annette L. Rivera, Vincent Moy and Ann Marie Tinerino of New York, New York --------- each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as Sur thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doi or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Custot or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Village, Boi or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds; Lease bonds, Workers' Compensation bont Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate s to be hereto affixed this 1st day of May 19 90 FEDERALI RANCE COMPANY By I✓// 7JaD. Dixon Vice President County of Somerset j on this 1 S t day of May 19 9 0 , before me personally came Richard D. O'Connor to me known and by me known to be Assistant Secretary of the FEDERAL INSURANC COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Richard D. O'Connor being by me duty sworn, did depose and say that he is Assistant Secretary of th FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of sai Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; and that he is acquainted with James D. Dixon and knows him to be the Vice President of said Comparq and that the signature of said James D. Dixon subscribed to said Power of Attorney is in the genuine handwriting of said James D. Dixon and was thereto subscribed by authority of said By -Laws and in deponent's presence Notarial Seal Acknowledged and Sworn to before me on the date above ben. •-. �.; Harass,' �� _ .�.'L` ti�1C.G �� JAt4FT A. SCAVW Notary Public CERTIFICATION Nttrhary Public, State of New .kfmay No 206652C .^ STATE OFF Y SS Commission Expirai October 2, 1994 County of Somerset I I, the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By -Laws of the said Company as adopted by its Board of Director on March 2, 1996 and that this By -Law is in full force and effect. "ARTICLE XVIII. Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice Chairman or the President or a Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations; except that any one or more officers or attorneys -in -tact designated in any resolution of the Board of Directors or the Executive Committee, or in arty power of attorney executed as provided r� for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attorney. Section a All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice Chairman or the President or a Vice President Oran Assistant Vice President, jointly with the Secretaryor an Assistant Secretary, under their respective designations. The signature of such officersmay be engraved, printed or lithographed. The signature of each of the following officers: Chairman, Vice Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seat of the Company may be affixed by facsimile to any r power of attorney or to arycertiricete relating thereto appointing Assistant Secretaries or Attorneys-ir4act for purposes only of executing and attesting bonds and undertakings and othervinfi rigs obligatory in the nature thereol, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and arty such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached:' .� I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of Amenca. District of Columbia, Puerto Rico, and each of th Provinces of Canada with the exception of Prince Edward island: and is also duly licensed to become sole surety on bonds, undertakings, etc., permitted or required by law. 1, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby cenity that the foregoing Power of Attorney is in full force and effect. Given under my hand and the seal of said Company at Warren. N.J., this 1 2 t h day of J.13 1y , 1991 Corporate Seal Assistant Secretary ,ENERAL PAIINTE U S.A. Resolution No. 3684 August 8, 1991 Item #37 HW: js RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and White's Pump Service & Supply for construction of a fuel site at Municipal Hill, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 8th I ATTEST: Ranet a Boyd, C7ty Secretar APPROVED TO CONTEN 6��) e e Eadr,"Purdhasing Manager APPROVED AS TO FORM: N-a4 : t -1 U Y--4 �0" Hayold Willard, Assistant City Attorney day of August , 1991. .�`9—.C.—McMINN, MAYOR CHANGE ORDER NUMBER ONE BID NUMBER 11457 TO: White's Pump Service & Supply, Inc. P.O. Box 5126 Lubbock, Texas 79417-5126 Original Amount of Contract Amount Previous Change Orders Net Amount this Change Order Amended Amount of Contract Percentage Change of Contract Price is .4% Additional Time of Completion is 0 Days The Date of Substantial Completion as of this Change Order is January 27, 1992 COPY FOR YOUR INFORMATION $ 176,990.00 .00 675.00 $ 177,665.00 WHEREAS, it is desirable to make changes in the plans and specifications for this project. THIS AGREEMENT WITNESSED: The Contractor to furnish all labor and material to provide 100 amp electrical service entrance for facility, dated August 30, 1991. IN WITNESS WHEREOF, the Owner and the Contractor have hereto set their hands this the 30th day of August, 1991. CONTRACTOR: White' ump Ser 'c & u ly, Inc BY: TITLE APPROVED AS TO FORM: C yAto ey OWNER: City of Lubbock rh BY: Deputy City Manager APP VED AS TO CONTENT: ,,{1fre�Or of Building Services Fr, CHANGE ORDER NUMBER TWO BID NUMBER 11457 MUNICIPAL HILL FUEL FACILITY TO: White's Pump Service & Supply, Inc. P.O. Box 5126 Lubbock, Texas 79417-5126 Original Amount of Contract $176,990.00 Amount Previous Change Orders 675.00 Net Amount this Change Order 1,100.00 Amended Amount of Contract 178,765.00 Percentage Change of Contract Price is .6% Additional Time of Completion is 0 Days The Date of Substantial Completion as of this Change Order is February 5, 1992 WHEREAS, it is desirable to make changes in the plans and specifications for this project. THIS AGREEMENT WITNESSED: The Contractor to furnish all labor and material to provide a "kill" switch to cut off electrical power to all electrical equipment at the site except for the in -tank leak detection monitors and add nine days for weather delays. IN WITNESS WHEREOF, the Owner and the Co tractor have hereto set their hands this the 2,2 cA of , 1992. CONTRACTOR: White's Pump Service & Supply, BY TITLE AP P VED AS T FORM. Attor y OWNER: Inc. City of Lubbock BY: �k 0,4- — Deputy City Manager AP OVED AS TO CONTENT: r or of Building Services �Z'3G9r CITY OF LUBBOCK SPECIFICATIONS FOR MUNICIPAL HILL FUEL FACILITY BID # 11457 CITY OF LUBBOCK Lubbock, Texas : ok- City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 BOB-787-2167 BID # 11457 ADDENDUM # 1 Office of Purchasing MAILED TO VENDOR: July 18, 1991 CLOSE: 07/26/91 @ 2:00 P.M. 1. Please note attached specification changes to Section 3, Paragraph 8.4.2 and Sheet 4 of the drawings. 2. Please note attached Soils Information. 3. Please note attached information concerning E.J. Ward Fuel System. PLEASE RETURN ONE COPY WITH YOUR BID THANK YOU, Gene Eads, Purchasing Manager TECHNICAL SPECIFICATIONS SECTION 3 UNDERGROUND PETROLEUM STORAGE SYSTEM IParagraph 8.4.2 and sheet 4 of the drawings: The Contractor will follow OSHA standards for shoring vertical walls or sloping the excavation walls. Top of excavation will not exceed the limits of the overlying concrete pavement. The intent is to keep the excavation limits within the limits of the overlying concrete pavement. At the Contractor's option, the Contractor may select shoring or slope the excavation to meet OSHA requirements. If shoring is chosen, then the limits of concrete pavement may be as shown. If sloping of the excavation is chosen, then the limits of concrete paving will increase to the limits of the excavation. The limits shown for the overlying concrete pavement are minimums. 1 1 1 1 I 1 1 � I 11 I I I I I I 1 1 1 TO: FROM: SUBJECT: DATE: CITY OF LUBBOCK MEMO Ron Shuffield, Purchasing Department B.J. Brumley, Construction Supervisor Visual Soil Identification, Proposed Fuel Site July 17, 1991 At your request, the Materials Testing Laboratory conducted a visual examination of the soils at the proposed City of Lubbock fuel site, located at Municipal Hill. A sub -soil investigation drilling rig was utilized to obtain soil samples, a 3" auger was used to obtain samples and no apparent drilling difficulties were encountered during the operations. Results are as follows: Visual Identification of Soils Location: Approximate northeast section of fuel tank storage proposed location. Surface - to 3': Dark Brown/Brown Poorly Graded gravel with sand and silt, approximate maximum particle size - 3 1/211. About 70%-80% coarse subrounded to subangular gravel. Fines appear to be of a low to medium plasticity. 3' to 201: Tan Poorly Graded gravel with sand & silt, approximate maximum particle size - 1 1/2". Approximately 60%-70% fine to coarse subrounded to subangular gravel. Fines appear to be of a low to medium plasticity. B.J. umley, CET Cons r ction Super sor I INSTALLATION INSTRUCTIONS C E. J. WARD, INC. AUTOMATED FUELING SYSTEM SECTION I. INTRODUCTION A. GENERAL. These instructions are for the installation of an E. J. WARD, INC. Automated Fueling System, sold by E. J. WARD, INC. of 8801 Tradeway, San Antonio, Texas 78217. The procedures outlined in this guide do not include the installation of gasoline pumps. The procedures given are for installing the E. J. WARD, INC. Fuel Control Terminal (FCT). Information provided includes wiring to an electric reset with pulser installed on a previously assembled gasoline pump or dispenser. B. SYSTEM DESCRIPTION. The E. J. WARD, INC. Automated Fueling System consists of individual Fuel Control Terminals (FCT's). Each FCT is capable of simultaneously controlling and monitoring from one to ten hoses. The FCT's communicate with•the host computer by use of an internal modem over a dedicated line. All other field wiring is from the FCT to the pumps on the fuel island(s). To use the FCT the card holder inserts his card throught the card reader on the front panel of the FCT and enters any required information via the keypad. If -� both the card and information entered are valid, the FCT will enable the appropriate pump and allow the card holder to dispense product. Upon completion of the fueling transaction the FCT either communicates with the host computer, transmitting this information, or it stores the transactions in its memory file for later communications. C. INTERFACE TERMINOLOGY I. SENSE & CONTROL RELAY PANEL: Also referred to as "The relay panel." It is always located in the FCT stand. This relay panel contains all the relays required to interface the FCT logic to the fuel pump hardware. 2. POWER CONTROL RELAY (PCR): This relay is under control of the FCT. It is used to ultimately turn on a pump motor, pump starter, or electric solenoid valve. 3. HOOK SENSE RELAY (HSR): This relay is used to sense the ON/OFF hook condition of a pump or dispenser. D. FUNCTION EXPLANATION OF INTERFACE. (SEE FIGURE 1-1) Once a card has been approved at the FCT a "PUMP XX SELECTED" message will appear on the display and a Pump Enable will be created. It will cause the ap- propriate Power Control Relay to energize. This relay controls the power to the electric reset on the pump or dispenser. The input and output potential to the contacts of this relay are identified on the terminal barrier as P.P.I. and P.P.O. Once the electric reset has cycled it furnishes a switched 115 VAC which is used to sense the on/off hook condition of the pump or dispenser by energizing the appropriate Hook Sense Relay which in turn permits the FCT to acknowledge any incoming pulses tied to its pulse input circuit. The input for this sense potential is identified on the terminal barrier as H.S.R. and P/N. } � Z pcf+.� ,r+sA.-F16URE H CONTROL AND SENSE RELAY Lc*lr- 9- 1 1 2 3 4 5 m m f�, � PP"; �{ W PUMP-1 E. FACTORY REPAIR. It is recommended that the customer not attempt to repair the major components that make up the FCT. Due to the intricacy of the electronic-circLkits, special test equipment and knowledge are essential if serious damage is to be avoided. Please follow instruction given below when returning any major component in for repair or replacement. 1. Please explain in detail -.the component malfunction. - 2. Provide a phone number and person to contact in the event any farther explanation may become necessary. 3. Put the malfunction description and contact in with component packaging. 4. Enclose a purchase order to cover repair cost, if FCT is no longer in warranty. 5. Address prepaid to: E. J. WARD, INC. c/o Systems-Fngineering.Division 8801 Tradeway San Antonio, Texas 78217 ATTN: Shipping & Receiving Dept. F. WARRANTY. E. J'. WARD, INC. warrants that this devise is to be free from defects, in material and workmanship, for a period.of one year from date of shipment. Within this period we will repair or replace such components which are determined by us to be defective. Shipping charges •are to be prepaid by customer. This warranty does not apply to any component that has been modified or damaged by acts of nature, negligence, misapplication or improper installation. Upon receipt of your Fuel Control Terminal and associated equipment an inspection is required. Any damages found must be noted on all applicable freight documents for future claims. Customer should also notify us in writing of any claims with 30'days following discovery of said damage, or customer should have discovered the damage upon which the claim is based. Failure of customer to give written notice of a claim within the proper time period shall be interpretated as a waiver to such a claim. (See item H. for details). G. LIABILITY. E. J.'WARD, INC. shall not be liable for any incidental, consequential or other damages, or expenses arising from the use of our product, or its performance. There are no warranties or conditions expressed or implied except those con- tained herein. There also -are no agreements that shall' be binding on either party unless agreed upon by both parties and accepted, in writing, by the San Antonio office. Except for an action of -nonpayment, no action regardless of its nature may be initiated more than one year following the cause of said action. The provisions under WARRANTY as stated above are E. J. WARD, INC's only obligation and exclude all other remedies or warranties, expressed or implied. We further disclaim -any responsibility to the customer or others for property damage or personal injury that may arise from the misuse, negligence or improper instal- lation of this device. H. DAMAGE CLAIMS. Damage to merchandise or risk of loss remains with the customer; therefore, it is the customer's responsibility to file a cliam with the freight carrier. Notify the San Antonio office for any assistance in this matter as freight carriers are reluctant to make adjustments for damages unless -merchandise was properly inspected and reported promptly. Proper procedure for notifying carrier of damages is given below: Step 1. Write a complete detailed description of the damage on the face of the freight bill. Step 2. Have the carrier's agent sign this description once he has verified said damage. ' Step 3. Notify carrier of damage or loss. This can'be verbal notification. Step 4. Confirmation of damages must be mailed to carrier within 48 hours. 1-3 INSTALLATION INSTRUCTIONS E. J. WARD, INC. AUTOMATED FUELING SYSTEM SECTION 2. INSTALLATION A. SCOPE. This guide is intended to provide the proper instructional assistance re- quired for a successful Fuel Control Terminal installation. It describes general descriptions of various types of pump configurations applicable to the E. J. WARD, INC. FCT. However, due to the wide variation of pump/dispenser wiring schemes it is impractical to even consider providing specific instructions for each installation. B. PUMP/DISPENSER TYPES. E. J. WARD, INC. Fuel Control Terminals will operate with most commercial type pumps or dispensers. The pumps/dispensers are always provided by the customer or qualified contractor. To achieve the most efficient operation, pumps/dispensers 'should be equipped with an electric reset assembly. This feature simplifies the sense and control interfacing requirements. They must also be equipped with a�10, 100, or 1,000 count per gallon pulser as well as a switch that changes states for the off/on function. Most commercial pumps or dispenser have dry -reed contact pulse transmitters and SPST switches that satisfy these requirements. C. FIELD WIRING REQUIREMENTS. Wire insulation must be approved gas & oil resistant, using THHN, THWN, or equivalent insulation as defined in Table 310-3 of the National Electric Code. All low voltage wire size is to meet a minimum of AWG #18 stranded. All AC control wiring is to be AWG #12. AWG conductor size and size of the dispenser junction box is also a consideration. See Table 2-1 Tor correct sizing. TABLE 2-1 CONDUCTOR SIZE, AWG FREE SPACE WITHIN J-BOX FOR -EACH CONDUCTOR R WITH HUBS WITHOUT HUBS , #18 1.3 Cubic Inches 1.5 Cubic Inches j #14 1.8 Cubic Inches 2.0 Cubic Inches #12 2.0 Cubic Inches 2.25 Cubic Inches CONDUCTOR COUNT: A conductor terminating in a J-Box or passing through it is counted as one conductor. on NOTE: No special wiring techniques are required; although,all field wiring should be color coded or numbered to facilitate proper termination of the wire ends. C D. PULSER ASSEMBLY. The Veeder Root 1871 Pulse transmitter is used on most commercial(fleet type)pump computers (Registers) to transmit pulses for remote totalizing. It transmits 10 pulses per revolution from the computer's right hand wheel (40 tooth gear). A screw adjustment permits synchronizing the internal reed switch closure with the computer wheel. Other type pulse transmitters may be utilized providing they meet U. L. standards and are an integral part of the pump or dispenser. VEEDER ROOT SERIES 1871 PULSE TRANSMITTER SPECIFICATIONS: PULSE FREQUENCY: 10 pulses per revolution of input shaft. CONTACT RATING: 50 VA resistive (maximum), not to exceed 3 amps or 250 volts. CONTACT RESISTANCE: 500 Milliohms. CONTACT BOUNCE & ACTUATING TIME: Average 1 Millisecond. SPEED: Up to 3,000 pulses/minute. SWITCH: SPST, glass enclosed dry reed type. TEMPERATURE RANGE: 6400 to +160oF (-400 to 710C) (� LIFE EXPECTANCY: Up to 200 Million pulses, depending on shaft speed and ampere load. MOUNTING: Can be mounted in any position with CW or CCW rotation. Provided on the shaft e8d of the housing are three 1/4-20 NC-2 blind holes, spaced 120 apart on a 22 inch diameter bolt circle. HOUSING: UL/CSA recognized. Explosion -proof, Class 1 Groups C & D. Name plate on threaded cover provides descriptive data. LEADS: AWG #18 stranded, 900C, petroleum resistant wire, soldered to terminal of dry -reed switch and extended through opening in housing, 2 inch rigid conduit pipe tapped port. E. ELECTRIC POWER RESETS. An Electric Reset returns the gasoline pump computer (register) to all zeros and controls the load device. Any five -wire power reset assembly may be utilized; how- ever, control limitations in some installations may require the use of pump motor relays. The most commonly used Electric Resets in the industry are the Veeder Root Series 7269 and 7680. The 7269 mounts directly to the computer (register). The 7680 mounts on the pump housing. See Figures 2-1 and 2-2 for internal switch C identification. 3 2-2 VEEDER ROOT SERIES 7269 & 7680 SPECIFICATIONS ICVOLTF.GE: 115 VAC, 50/60 Hz 1 II t P Ic 1 TEMPERATURE RANGE: -40° to +1600 F (-400 to +7? C). LEADS: Prewired, 8 feet in length. LIGHT SWITCH: 125 VAC, 3 amps. PUMP SWITCH: 125 to 250 VAC, 1 hp. CONTROL SWITCH: 125 to 250 VAC, 16 amps, 125 VA pilot duty or 24 VDC, 2 amps, as specified. HOUSING: UL component recognition for use in Class 1, Group D applications. The basic reset switching logic is shown in Section 3 Diagrams B through E. Rewiring the electric reset assembly shall not be permitted. If in doubt concerning your requirements, contact the E. J. WARD, INC. San Antonio office to discuss your problem. F. FCT LOCATION. WARNING: To avoid personal injury, equipment damage and property loss this equipment should be installed in compliance with the National Electric Code and the Flammable and Combustible Liquids Code (NFPA 70 and NFPA 30). Also any applicable local safety codes should be followed. The Fuel Control Terminal (FCT) should be installed in a location near the fuel pumps that are to be controlled. Preferably, install on the island with the pumps, -or at either end of the island protected by guard post. Never mount the FCT closer than 18" from the nearest Pump or Dispenser. If possible, it should be installed facing away from the morning or afternoon sunlight. This is usually done to provide a more distinct display readout. (See Figure 2-3 for Typical Site Layout). G. THE FCT PEDESTAL AND RELAY PANEL. The FCT pedestal should be bolted to the finished surface using four ;" ex-.; panding lead anchors or equivalent. .(See Figure 2-4 for dimensions and construction). H. CONDUIT SCHEME & WIRE PULLS. NOTE: Wire should be installed in rigid conduit buried in a trench. Install using the most applicable wiring codes and reliable installation practices. To determine conduit size from conductor count refer to Table 1 of the National Clectric Code. 1. TELEPHONE LINE (DATA PAIR): * If conditions permit, an aerial run may be made to a pole near the FCT. From that point the data pair should be run in a separate h" rigid conduit to the FCT conduit termination box (Relay Panel Box). In this conduit, ppull one U.L. approved, gas and oil resistant, 2 conductor shielded cable ( U.L. Styles 2566/2567 ). The shield must be grounded at one end only. To prevent shorting to conduit or other wiring, insulate the ungrounded end. Do not run any AC wires in this conduit and do not tie this data pair into the terminal —barrier in the Relay Panel. Tie directly to the FCT telephone jack located on right inside wall of the FCT. (See Figure 2-5 for telephone jack identification). Connect the 2 conductor shielded cable leads to the screw terminals marked "Y" and "B" (Red and Green internal wire terminations). No polarity sensing is required. 2. FCT POWER: Power to the FCT should be from a separate 115 VAC, 15 amp circuit breaker. Run one ,-" conduit (or larger) from the FCT conduit termination box to the nearest acceptable breaker panel. Pull three #14 THWN or THHN stranded, or any approved equivalent #14 wires. At the electrical service panel end, tie one wire (BLK) to 115 VAC hot, one wire (WHT) to neutral, and one wire (GRN) directly to safety ground. At the FCT Relay panel, tie the other end of these same wires to the appropriately marked pins on the terminal barrier strip. ! 3. PUMP/DISPENSER REQUIREMENTS: * (a.) Single Nozzle Fuel Dispensers -- Run two h" conduits (or Clarger) to each dispenser from the FCT. In one conduit, pull one U.L. approved gas and oil resistant, two conductor shielded cable ( U.L. Styles 2566/2567). In other ' conduit, pull four #12 THWN or THHN stranded, or any approved equivalent. (b.) Dual Nozzle Fuel Dispenser -- Run two 3/4" conduits to each dispenser from the FCT conduit termination box. In one conduit, pull one U.L. approved, gas and oil resistant, three conductor shielded cable ('U.L. Styles 2566/2567). In the other conduit, pull eight #12 THWN or THHN stranded, or any approved equivalent. I. CONDUIT SEALS: NOTE: Prior to potting conduit seals make certain you have the correct number of conductors to each device. ` Each conduit run shall be sealed when entering the dispensing device and FCT. Seals shall be placed as close as practical, and in no case more than 18 inches, from such enclosures. Treat all multiconductor cabling as though it was capable of transmitting gases or vapors through the cable core and seal as follows: Remove (cut back) cable jacket and other covering, spread conductors so that the sealing compound will surround each as well as the outer jacket. * Contact E.J. Ward, Inc. for U.L. approved cabling, STYLES 2566 or 2567. 1 2-4 ..o+a, - e AMC* e awl -MKt tw, .alp{ 0 0 0 fwt-.iwa S3 COM + S3 NO o S1•A COM S3 NC ([T7 f O \ $1-B COM S3 BOTTOM o S2ACOM SWITCM S2-8 COM O f Sl TOP AAB SWITCH \ Y...., Sl-A NC S2 S1•A NO lw1-+K AAB 51 B HC {w)-••o51-B NO iCO. O O sw•-a.co,. �wr-arcp.a S2•11 NO sw. _ 1•cor, +w!-.ico�i S2-B NC O S2•A NO S2•A NC Figure 2.1 Switch Identification for Series 7680 Electric Reset Figure 2..2Switch Identification for Series 7269 Electric R YEL.CO. P,�NEG M. FCT CAN WADLE UP E1. "CT lu�L XJNDIC1wT�5 �NDEJIT 5 h1 ©t=FS 'To 10 Hcsf=S Se GE rt= Rci 1� o Q o sa= rwa0 MAI* CQNDUtT (HJtdS .. .• .. LoW VOCT6Che- CGNDj <,- -TEL. t0r4 IT AG cOOD AT F1C1U;F-- U T%IPiCAL 517E LANo fr s,- I � I USED FOP, FIELD WIRIN(; - G©NDL)l7 FQR TERMIt" POWERS r�ND TYPICAL RELAY PANEL ROSE IL-tE - FOR IFGIAM: CG?iDUR � nrJoul7 ril'� i5Ti6 OQO �q TOP vlgle, WTTOMaM %1Ef!! Fr-T PEDESTAL FOWE-R TR1-NSFQRMER MOUNTED 7o P�1 NT UJ of cor�t� IT YePMlNATION DoX FUEL CoNTRoL TE -mirb Il 14s • FCA- FcT P--zw P- PEDESTu C-NSTPlk-T10N: 1.1844ACKiN) PREIRE"ti'ED SHEZjMETnL wqH PE► WLrILE FRONT Pxe stcuxso '1E'�,TH wpsA F'� LSCFEUG I. � 1 r1Y,'z -Wuaa4E TtJNHS F"lz m-ocD hT /ALL blf4Tb 6LL 6'JFaGES h9E FANIED 074 SHEP+fWI Vji.L!j#je ,7 PEIiMrs[L&O c930 ENAMEL U14tjE H'15WG3 LVLMN7773X �1 -Top- KEY L l-19 O(�OCaO❑ o� emo❑ mo ow $oTjOM 141r:Ul 61DE VIEW �tUP To 12 (3/4) CONDUIT oPENINC-iS WILL aE: PR6v1D-o, p,W FOTENTIALLY"UNUSl D opeNIN615 WILL Be FpcTaRY PLU6616P. [d •� • �• r-�•t�fr!wwp;�++» •�1 �:YliirM'bV��1.AYnI 1 _ ' 1 top �'; M, I+t r� to � r •, pit r..Vk 1 �R•ILr • e . }} � �t�� � 1F� s a am`5 x `r ��• t �• E � r i art u.T 113 w'�r I '41.; WC•. �.t a i ."T.. *• Jr � 04 .a J •.1r A er.,i , •r .�- �./ r tii ►..1•r•' .�7 ti a„i:lr I•- .i•�t'• r .+•. ,... .�. ,� i, /lr Ya. � JI/"r. IL+f � •�-��„''a.` � j• �Irat —'; ,�a �� �,�,� +� r���i�w�. x 's�;ln ��,Y:s4 � 1'a� sj�� ��f'�' n t,9� �1� tk-`:t•; Slllrl � y4o1>'- ���IlruiS:l+..dl•ILilra�r :._l�Li'.. ay,t�; •4f .tP , 'r. „j•.r T'�'"�i+ ' ^-� '.�` �'�� j h'1 Tt�ry,+t1�P{�a'.,�!7liRar+r!++s""I. � .r ti � ..r`f tt .� a`; w� I i( 1'S t",l � f+'f 'ii�1'y�'+t.i r:�l'j.:�'.� �•1;s•t+�R;.ii, 4,. ��' t' 1, ^,�,1, 4'�t t�5�'.� :�;� „!:,•, y :IFr: d`' `.'••It At •S>+ �;! '1r4.; f 3+1f1{ '•, ' . ..flu -'.li � f• •.I..f'X rti! rj!• j, �; .,` 71rt� t ' ,� r!M Zalw =' .�G.i4i.�l'�:�?:cdl:i.t:`:'�Ll.:.-i:%R�`iti+�'s�+.l•k�tNs.i4r, siu•''.�, �i.n.].+:j.1' •r� �'.�t r' t�..1A .� DUAL PUMP—INTERFAC!"BOARfl_70'PIN+TERMINAL IER ,,• .. ._.. �►'• } It ' •�.�+ .w,�a S[t a11� ".• 6 fHTRUSRON 9WITCN TELEPHONE JACK i 1'.; ; it lr ;.�� � 1'}' ., �:`' •;' �� •t �' ;^�� I, � ` 1 �.'+,t ;1"t%t I • •KA � FTT RIES �' 11R'', ,�,{� ;.•;r E•'R tNOTECONNE `'1 s;'rs .+:� f r , { 'CONNECTORS u+;', • t s fill I 4DOITIONAL" DUAL•`, PUMP'.":i� BOARDS 5 L'�tA' f.� "pp 4r��'rr+r..1� �` t , u .�,{ r �.,f� � jj} ri � r1a• •,�� .`S`r ill, }I NI•.t�,ryF. BATTERYf ECIiAROE .} �'; r s+ .T' �,� 0 {jI S b:l .j . •$y C.!{Tat+� i� :' r jtll p� {. r, � ' r .,I I 'J• .�' t r 1p�� Pl`e�% 'y r {1 + ' �-4^'' �/�Y' Btit. . AtTERY I,:KT� 6W17C1j ONION p { ti!, i�y 1 I�.� 'T PUMP CONFIGURATION T •r r ,rr SWITCH 'ASSEMSLT �'d !��}�,�,�,+K.17�' ��\�•�'Vw' '.i'{�(�t�\J,' • •aTNt'(•i6 `��'";,,+• • �(� r .4r . i}��`�,��i� � I�S^ �� ��,� �ic�:, ' ' 1 �"'*� ,f: tt //r��+iI�1M .,((J '�",�•�5t��',�`St..,� Itt•T,� ry.Rrsri riM 1I114 �t{ �'/I �!'i,:•�q 11rp.1-'.�itr�• +`S%"`a�_ !�' 'i�► a;� 1 ' i,. I 15 /yI./'�!�y tb..Ti' i��,(,r�rr�J�.'t-�s+�-y'., .t1i•.',�,t�, �, 11 Ir��r �1.111Y. rri •"•-'^]�w�•K�,� �C� ^ �..:.� �f YTYi*-Yl%, i',\`l` : '_�,- 1.: .,rf� } �,lj,} , i'• i , .7. �... r �1" • .! f\fi"'-•C �� r,:,i •,�. � I+i'' �ii #it•�+ .Ei:�'i ��r 1 9 .i„1 i'. r��i,,#�I'�,(�11,r. :l ,. .�},��i'��,.S��i, ;�,� � .l� �r I; �'sr1 r; +£i. ..��'�`k.� E+�' 'jr• Pw I vF' �¢t+'i b• -�:;: :r i' rf ! %% 1� l f f 4b �J 'r'+�rr J, a: - ' �}'::. 'Y ��' `•''I':".1 J,rl�,1,;1/ll�If�! •rl���, ...�w,'7 �. 1,+�+ — r • T ,.` •. 1,• •,��• : a' � ',r� a }�at,� ! Iloilo$ lip !� �1'a` ��y11 r p F+i��i,�:..��.'•1;4':`•'''� •+`: ?gib#•'e'.�t .d• .' rl7.d �1. a', r. te• .. .•! .`I�e. i^ .. fP WINi i 16 HOSE I E- J.WARD� WC, ::-.:: � FCT evENSE Mr.? CONTFoL REL61 F414E L ' � v y� Oar Qq4Qfo �,���io5 2 i 0?i 128 12254 5G18 Fp.R�H �f�PpLWv t4 r"—O LI —� LI N — WARNING: To prevent personal injury, equipment damage or property loss during installation or use of this equipment always comply with the National Electric Code; State and Local Codes and any other applicable safety codes. Consult E. J. Ward, Inc. on any unusual application or installation of this basic configuration. ATTENTION: To avoid FCT malfunction never run AC or other equipment wiring in with FCT low voltage wiring. If such runs are unavoidable, be sure low voltage wiring is approved shielded cabling with shield grounded properly only at one end. PUMP HDU5ING .. 1-PUK Lc�n u•�ru.a n,wr�ur %t-Ac Ce7NDUIT SPECIFIC INSTRUCTIONS: NOTE 1. Pulser wires are not terminated in relay panel but are connected directly to the appropriate 2 Pump Interface Board terminal barrier. Pump A, Pin and 4 . or Pump B, Pirt .3 and . r SWITCH Eli] MIMI M2 t M _PUMP POUSHC1 E- JrWARD3 INC _ FCT SENSE MD Cor vaw RELbi Par e L - / F-ARTH EJW WD -Hose I WARNING: To prevent personal injury, equipment damage or property loss during installation or use of this equipment always comply with the National Electric Code, State and Local Codes and any other applicable safety codes. Consult E. J. ward, Inc. on any unusual application or installation of this basic configuration. ATTENTION: To avoid FCT malfunction never run AC or other equipment wiring in with FCT low voltage wiring. If such runs are unavoidable, be sure low voltage wiring is approved shielded cabling with shield grounded properly only at one end. —AC C=Nvlui7 SPECIFIC INSTRUCTIONS: NOTE 1. Pulser wires are not terminated in relay panel but are connected directly to the appropriate 2 Pump interface Board terminal barrier. Pump A, Pin 3 and mot' or Pump B, Pin _Ps_ and 8 . 1, 1 C INSTALLATION INSTRUCTIONS E. J. WARD, INC. AUTOMATED FUELING SYSTEM SECTION 3. INTERFACE WIRING: A. GENERAL. WARNING: To prevent personal injury, equipment damage and property loss, when installing or servicing this equipment, turn off power and take other necessary safety precautions. Also be sure to comply with the National Electric Code; State & Local codes; and any other applicable safety codes. 1. The FCT is intended for self-service type pump.or dispensing hardware. The wiring diagrams in this section typify installation schemes for dispensing equipment containing the following devices. a. Pump motor or pump motor control b. Electric solenoid valve (when provided) c. Pulser with appropriate ratings d. Electric power reset (when provided) �2. Wiring terminations are shown on wiring diagrams contained herein. Determine the pump/dispenser configuration you are to interface to, select the appropriate diagram and wire in accordance with that diagram. If for any reason you feel you need assistance, please contact the Systems -Engineering Division at the San Antonio office. 'L 1 1 '1 5 -Nose E.J-WARD11tic, FC( GENSE bNQ (f OHTWREUb j L t n EpR�H F�Pi4tlt�p a u a N --o^ n L I ---a o T. D r- 4 / 4; 1 2 �4 5ro I 10Mt- EIFr-SRic&L 'r11 WN T ail O Nefk Pac2vucT..__ p55CCraivo v1sFet+5EP+S - WARNING: To prevent personal injury, equipment damage or property loss during installation or use of this equipment always comply with the National Electric Code; State and Local Codes and any other applicable safety codes. Consult E. J. Ward, Inc. on any unusual application or installation of this basic configuration. ATTENTION: To avoid FCT malfunction never run AC or other equipment wiring in with FCT low voltage wiring. If such runs are unavoidable, be sure low voltage wiring is approved shielded cabling with shield grounded properly only at one end. -PUMP-HOUSING � ZL=TRit Pz-ser ASSEtvlv�, i ROUSIN61 -e:U616MM PRIDED-� SPECIFIC INSTRUCTIONS: NOTE 1. Pulser wires are not terminated in relay panel but are connected directly to the appropriate 2 Pump Interface Board terminal barrier. Pump A, Pin ...�_ and 4 or Pump B. Pin 3 and jap . .Mcgm -1%JmF1 Sw IT04 11GV 0 D HOSE I -pu P L OUSIN6 E.IJ.WARD-, !IBC...:: � ►- Alc P;%ff Awm FC'� SENSE l��7 4. - CONTFoL REUby PhHe L � �` �r r��lon► P 4 _ I AJ SEE NOTE I 10010u0mooff T 15.2 i�l{lJ�jlplJ "P EpaYN EgPIP4ifiD Lour cbr+vulT�, L I .—o L 1 ---0 , p I Li! N —a o0 L2 — �Aa carlvlJIT WARNING: To prevent personal injury, equipment damage or property loss during installation or use of this equipment always comply with the National Electric Code; State and Local Codes and'any other applicable safety codes. Consult E. J. Ward, Inc. on any unusual application or installation of this basic configuration. ATTENTION: To avoid FCT malfunction never run AC or other equipment wiring in with FCT low voltage wiring. If such runs are unavoidable, be sure low voltage wiring is approved shielded cabling with Tse shield grounded properly only at one end. SPECIFIC INSTRUCTIONS: NOTE 1. Pulser wires are not terminated in relay panel but are connected directly to the appropriate 2 Pump Interface Board) erminal barrier. Pump A, Ping_ and or Pump g, Piro .1 and & . HOSE I E.J.WARD, 1HC, FCJ 5EN5E M0 CONTFoL 9ELbi Pao L Pt w �oQ' o J Zvi �?fLv fi� `ccPQ QJ 128 1234�5�o'j8 T�-1-7 c95� 0 Ta-Z rrrr P'A-TH f;PyCILWG WARNING: To prevent personal injury, equipment damage or property loss during installation or use of this equipment always comply with the National Electric Code; State and Local Codes and any other applicable safety codes. Consult E. J. Ward, Inc, on any unusual application or installation of this basic configuration. � P-U-.�Mt� I —,p 90L)SIN} KI -pLwTAIC AEs2T A55EMP�t. KC, SW TCR 115�V�G �ol.E ID AWE �I wJ� I li � l �I 1) v 5F-e P1 PE1R4NM B -..?- _ - - _ _ - - _ J v V K�F _FJCPI,aNA7ioN - nisqO PUMP e P �- A•c CONDU IT _ wR sub. PUMP- gP �. .,-•D06RaM !3 FOa DMAIL6. FA SETS ND7t! I LOW voL�Mja C iivu,T--\ ATTENTION: To avoid FCT malfunction never run AC or SPECIFIC INSTRUCTIONS: other equipment wiring in with FCT low voltage NOTE 1. Pulser wires are not terminated in relay wiring. If such runs are unavoidable. be sure low panel but are connected directly to the voltage wiring is approved shielded cabling with appropriate 2 Pump Interface Board terminal shield grounded properly only at one end. barrier. Pump A. Pin 3 and 4 or Pump B, Pin 3 and �_. .4. Fuel 3 3 Status Not available at this writing. OMS-OPR-20 - gg - REPORTS f City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 e0E.6-7B7-21 E7 BID # 11457 ADDENDUM # 2 Office of Purchasing MAILED TO VENDOR: July 23, 1991 CLOSE: July 26, 1991 PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS: 1. Delete reference to plan note No. 5. Insert new note No. 5 to read as follows: "Extend (2) -3/4" rigid steel conduits between card authorization system and dispensers. Refer to manufacturer's rough --in drawings. Pull (1) four conductor shielded cable in one conduit, and (12) #12 AWG condutors in the other conduit. (Leave pigtails of sufficient.length and weatherproff boxes at future island). THANK YOU, Gene Eads, Purchasing Manager PLEASE RETURN ONE COPY WITH YOUR BID Office of Purchasing City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 BOB-767-2167 MAILED TO VENDOR: July 26, 1991 CLOSE: July 26, 1991 @ 2:00 p.m. NEW CLOSE: July 31, 1991 @ 2:00 p.m. BID # 11457 ADDENDUM # 3 1. Please note attached specification changes to Section 1, page 1-1, paragraph 1.3.1. 2. Please note attached specification changes to Section 1, page 1-2, paragraph 1.3.5 and paragraph 1.3.6. 3. Please note attached specification changes to Section 8, page 8-2. 4. Please note attached specification changes on Sheet 7 of 9, Note number 15. THAN YOU, Ron Shuffiel , Buyer PLEASE RETURN ONE COPY WITH YOUR BID Bid No. 11457 Addendum No. 3 Technical Specifications 1. Section 1, page 1-1, delete paragraph 1.3.1 and replace with the following paragraph: 1.3.1 The UST contractor must be a stocking distributor, for the egtiipaient quoted with parts and service available for service of warranty consideration. 2. Section 1, page 1-2, delete paragraph 1.3.5 and replace with the following paragraph: 1.3.5 The Installer must show by certification from equipment manufacturers that he is certified to install and start-up the equipment submitted with the sealed bid proposal. Copies of the manufacturers certifications shall be supplied with each piece of equipment submitted with the exception of the monitoring wells. Certified service personnel, or certified manufacturers' representatives, shall be provided as necessary ;.o maintain valid warranties from equipment manufacturers; and for subsequent adjustments and servicing to remedy defects during the warranty period specified in the contract documents. 3. Section 1, page 1-2, delete paragraph 1.3.6 and replace with the following paragraph: 1.3.6 The UST Contractor must provide, with the sealed bid proposal. installatis,n references by maans of copies of Texas Water Commission attended construction notification forms. 4. Section 8, page 8-2, delete the listed manufacturer at the top of the page and replace with the following: MANUFACTURER Champion Model HR1-3, Champion Pnetunatie Machinery, Inc., Princeton, Illinois. Speedaire Stock No. 3Z421 (2 H.P.), W.W. Grainger, Inc., North Suburban, Illinois. Dayton Stock No. 3Z188 (2 H.P.), W.W. Grainger., Inc., North Suburban, Illinois. Other approved equal. Bid No. 11457 Addendum No. 3, Continued Plans 1. Sheet 7 of 9, Note No. 15 Clarification has been requested in regard to the backdraft damper specified. The backdraft dampar is to be actuated by differential air pressure and not by a motorized actuator. End Addendum No. 3 I I CITY OF LUBBOCK SPECIFICATIONS for TITLE; MUNICIPAL HILL FUEL FACILITY ADDRESS: 302 MUNICIPAL DRIVE BID NUMBER: 11457 PROJECT NUMBER: 2214-552101-9663 CONTRACT PREPARED BY: Purchasing Department -1- i � I � I � I � (THIS PAGE LEFT BLANK INTENTIONALLY) I I � I I .1 I - 1 1 INDEX PAGE 1. NOTICE TO BIDDERS..........................................................................................3 2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................5 3. BID PROPOSAL - BID FOR LUMP SLIM CONTRACTS.................................................................10 4. PAYMENT BOND..............................................................................................14 5. PERFORMANCE BOND..........................................................................................17 6. CERTIFICATE OF INSURANCE..................................................................................20 7. CONTRACT..................................................................................................22 8. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................24 9. CURRENT WAGE DETERMINATIONS...............................................................................42 10. SPECIFICATIONS............................................................................................43 11. SPECIAL CONDITIONS........................................................................................44 12. NOTICE OF ACCEPTANCE......................................................................................45 -2- (THIS PAGE LEFT BLANK INTENTIONALLY) NOTICE TO BIDDERS -3- (THIS PAGE LEFT BLANK INTENTIONALLY) NOTICE TO BIDDERS BID # 11457 Sealed proposals addressed to Gene Eads, C.P.N., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 26th day of July. 1991, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: MUNICIPAL HILL FUEL FACILITY After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 8th day of August, 1991, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that wiLL be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the city of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of ArticLe 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -bid conference on 16th day of .duly. 1991, at 10:00 o'clock a.m., Personnel Conference Room #108, Municipal Building, 1625 13th Street. CITY OF LUBBOCK BY: Gene Eads, C.P.M. Purchasing Manager ADVERTISEMENT FOR BIDS BID # 11457 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 26th day of July,�1991, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: MUNICIPAL HILL FUEL FACILITY After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a prebid conference on 16th day of July. 1991, at 10:00 o'clock a.m., Personnel Conference Room 108, Municipal Building, 1625 13th Street. BY: We Eads, C.P.M. PURCHASING MANAGER 1 i I (THIS PAGE LEFT BLANK INTENTIONALLY) I A ill 7 1 1 1 1 1 1 1 1 1 r 1 1 �l 1 1 GENERAL INSTRUCTIONS TO BIDDERS -4- I• I (THIS PAGE LEFT BLANK INTENTIONALLY) I 11 141 GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Construction of a fuel site for the City of Lubbock, Central Warehouse, located at 302 Municipal Drive, Lubbock, Texas. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions_ All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED TWENTY) calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. in the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute on 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. _5- 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for pro- tecting 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 provi- sion. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the owner believes necessary to procure a satisfactory project. 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective 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 ell 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). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, 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 re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6- 12. 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 construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, 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 re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required In the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written -7- 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 subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable- Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work an the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. -8- The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such Laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shaLL be written in ink, dis- tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. if the proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: I(a) Notice to Bidders. (b) General Instructions to Bidders. (c) (d) Bidder's Proposal. Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (9) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. M All other documents made available to bidder for his inspection in accordance with the Notice to 4 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. -9- I (THIS PAGE LEFT BLANK INTENTIONALLY) I 1 t 1 I I 1 � I � I I I I I I I BID PROPOSAL I I I I I I I I ti I I (THIS PAGE LEFT BLANK INTENTIONALLY) I BID PROPOSAL BID FOR LUMP SUM CONTRACTS PLACE • 302 Municipal Dr DATE July 31, 1991 PROJECT No.2214-552101-9663 Proposal of White's PUMp Service & Su (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a _�Junicipal Hill Fuel Facility having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re- lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is to be a part, is as follows: One Hundred Seventy —Six Thousand, Hine Hundred BID: Ninety Dollars and 00/100 cs 176,990.00 ) !� Amount shall be shown in both words and figures. in case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified In a written "Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of S100.00 (One Hundred dollars) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in- struction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. -11- Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of One Hundred Eighty Thousand Dollars (S]84,00f1 ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con- tract documents made available to him for his inspection in accordance with the Notice to Bidders. �yy64U 1i111�1j Owat')f'bri"r, is a corporation) ATTEST2P"I1111110 Secretary White's Pump Snry ire G 51ppLY� Contra r _ l_ BY: 1 President -12- LIST OF SUBCONTRACTORS This form shall be completed and submitted with the Bidder's Proposal. 1. Tom Mandry Electric 2. Hub City Pavers 3. H.D. Weaver Company 4. Matthews Plumbing & Backhoe 5. Jim Settle Fence Company 6. Robert Pearson Construction 7. 8. 9. la. Lai L IF Iff 11 Minority Owned Yes No X X X X X X -13- (THIS PAGE LEFT BLANK INTENTIONALLY) 1.■-0 1) s 30NDffNS (OD. 711ahia BID BOND Know a I I men by these presents: That White's Pump Service & Supply, Inc. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock (hereinafter called the Obligee) in the full and just sum of ($ 5% of greatest amount bid 1 Dollars good and lawful money of the United States of America, to the payments of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 29th day of July 19g1 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Bid # 11457 — Municipal Hill Fuel Facility according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed, White's Pump Service & Supply, Inc. Witness:C�5 Pr c1 1. By t: MER(J ANTS BONDING COMPANY (Mutual) By PAYMENT BOND -14- r re pp r A w (THIS PAGE LEFT BLANK INTENTIONALLY) r r -r M %0 Mkl t � BOND $ TX-471197 BEST RATING T110NIM NO VD. 6000 N. LAMAR • SUITE 200 • AUSTIN, TEXAS 78752.4497 PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959 (McGregor Act —Public Works) (Penalty of this bond must be 100 jo of Contract amount) KNOW ALL MEN BY THESE PRESENTS: That, White's Pump SErvice & Supply, Inc. (hereinafter called the Principal), as Principal, and MERCHANTS BONDING COMPANY (Mutual), a corporation organized and existing under the laws of the State of Iowa, with its principal office in the City of Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock (hereinafter called the Obligee) in the amount of one Hundred Seventy SixpThousand Nine Hundred Dollars ($ 176,99Q„_49), for the payment whereo e sa Anncipa�and�urety 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 8th day of August 19 91 to Bid #11457 - Municipal Hill Fuel Facility 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, 1959, and all liabilities on this bond to all such claimants 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 and Surety have signed and sealed,this instrument this 21 st day of August 19 91 . Witness: (If Individual or Firm) Attest: (If Corporation) White's Pump Sp rvice & Supply, Inc, 1 (Seal) r .G (Seal) (Seal) Principal (Seal) � F,RCHA S RON I G OMPANY (Mutual) d. ty n o t g-1 (Seal) (THIS PAGE LEFT BLANK INTENTIONALLY) MERCHANTS 061f.Gi Ct-iMPANY (Mutual) DES MOINES, IOWA POWER OF ATTOR.-. EY Know Ali Men By These Presents, that the MERCHANTS BONDING COMPANY Mutual). a corporation duty organized under the laws of the Stat a of Iowa, and having its principal oNice in the City of Des Moines County of Polk. State of Iowa, hath made, constituted and appointed. and does by these presents make, constitute and C. W. Story, Robert D. Cave err, Will. r. McConnell, Philip E. Morgette, Jr., Audrey ill B k ison and Zelda M. Mills of Austin and State of xas is true and fawfw Attorneyin-Fact. with full power and authority hereby conferred in its name, place and stee.a to execute acknowledge and deliver in its behalf as surety: : and :. bonds and to bind the MERCHANTS BONDING COMPANY (Mutuall thereby as fully and to the same extent as if such bond or undertaking was signed by the -duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the authority herein given, are hereby ratified ano This Power -of -Attorney is made and executed purse int to and by By -Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY ARTICLE 2, SECTION SA. The Charrm j .. or dent Vice President or Secre ary shalt have power and authority to appoint Attorneys -in -Fact, an on behalf of the Company and attach the seal of the Company thereto, bonds and _ acts o and other writings obligatory in the nature thereof. ARTICLE 2, SECTION 6P. ip may be : ' by `acsimtle to any Power -of -Attorney or y of [fond . n , recognizance or other suretyship obliaatio - used sal torte and effect as though manually fixed In Witness Whereof, MERCH preser . -be .fined o. i President and Executive Vice President r D - 991 Attest: 'I -NY [Mutual) ��oPQo041. �s•. + Z 4 VKVPMSJd9nr --- S�' 1��1 • STATE OF IOWA �{ «un.e ,ce CU M,— COUNTY OF POLK ss. On this 1st day I r t 3opeafed. �J� Long and Rodney Bliss III, to me personally known who! by-r Pr, : 'Dice Pr ' ident respectively of the MERCHANTS BONDING C( '.'ANY h ,o c oW in ^ it ' that the Seal affixed to the said instrument is ilia Corporate Seal of - Corpor u f ed and sealed in behalf of said Corporation by authority of xrd cf ors In Testimony Whereof, I have hereunto set n . f. and year first above written. • IOWA m 0 g� '.� Aq j A` ' •: STATE OF IOWA ••• •.• COUNTY OF PC', K ss. M J by td foregoinq it d copy . f 41 BONDING COMPANY C d r ••o p1� Cf),�•. In Witness Whereot, have C4 ld 5 `�� 4A9.A9ye this day of r „ 29th July 1991 ° 11 3 6' I revokes This power of attorney expires •.6'�k, `�a�.' PERFORMANCE BOND t ,, (THIS PAGE LEFT BLANK INTENTIONALLY) BOND # TX-471197 BEST RATING ,4&� LICENSED YINEXAS DATE .��/lav ,I I30NN063 (CO — 7 h=1- 6000 N. LAMAR a SUITE 200 • AUSTIN, TEXAS 78752.4497 PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959 (McGregor Act — Public Works) (Penalty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: 'flat, White's Pump Service & Supply, Inc. (hereinafter called the Principal), as Principal, and MERCHANTS BONDING COMPANY (Mutual), a corporation organized and existing under the laws of the State of Iowa, with its principal office in the City of Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock (hereinafter called the Obligee) in the amount of One Hundred Seventy Six Thousand Nine Hundred i76,990.00 N'net [�Zla�s XX/ 0 Dollars ($ - ), for the payment whereof, t�e slid Fz'ncipal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. r WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8th aay of August 19 91 + tp_ Bid # 11457 - municipal Hill Fuel Facility 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, 1959, 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 and Surety have signed and sealed this instrument this 21st day of_ August 19 91 Witness: (If Individual or Firm) Attest kLpa km (If Corporation) White!7 Pump Ser ice & Supply, Inc• (Seal) a� (Seal) (Seal) (Seal) Principal MERCHA S BOND PANY (Mutual) r P___ ByAr'f''�' (Seal) rll B. Robins ns'Attorney-in-Fact (THIS PAGE LEFT BLANK INTENTIONALLY) = MERCHANTS BO�I�.�AIG CO3..PANY (Mutual) DES MOINES, IOWA POWER OF ATTOR-10EY Know All Men By These Presents, that the MERCHANTS BONDING COMPAt . Y (Mutual), a corporation duly organized underthe Paws of the Stat a of Iowa, and having its prittcipal office In the'City of Des Moines, County of Palk. State of Iowa; hath made, constituted and appointed, and does by these presents make, constitute and aopont C. W. Story, Robert D, Cave i - .. W. Williams Kim McConnell, Willp E. Morgette, Jr.. Audrey Williams Paul B Robinson and Zeld M Mills of Austin and State of .. xas its true ana lawful Attorney -in -Fact. with full power and authority hereby conferred in its name, place and stead, sign execute. acknowledge and deliver in its behalf as surety: Any and all bonds and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual). and all the acts of said Attorney, pursuant to the authority herein givers, are hereby rat:fied and confirmed This Power -of -Attorney is made and execute taand by . . of the fol owing By -Laws adopted by ilia Board of Directors of the MERCHANTS BONDING COMPANY " ARTICLE 2, SECTION 6A. — ' !, e Ct dE c sident or Secretary shall have power and authority to appoint Attorneys -in -Fact. xec behalf the - zany. and attach the seal of the Company Thereto, bonds and deria o<t is ino of writ ngs eoiigatory in the nature thereof. ARTICLE 2, SECTION 62 T - s may, ° by facsimile to any Power -of -Attorney or Certifica o ecognizance, or other suretyship obligations : and s s .' sha I sal rce and effect as though manually fixed. In Witness Whereof, MERCHAt : by its V ce President and Executive Vice President s iy i.tar- D . 1991 Attest: ^4 " J BON '. ANY (Mutua i Vice President STATE OF IOWA COUNTY OF POLK ss. On this 1 st day Rodney Bliss III, tome personally known, who ing by rs respectively of the MERCHANTS BONDING C - ANY (Mu Seal affixed to the said instrument is the Corpo ate Seal in behalf of said Corporation by authority of ' )ard t D In Testimony Whereof, I have hereunto set and first above written. ' �t;.13g04; ••. • J6 • • IOWA = m : 0' a.j '.•`aRI-AV y�P.• STATE OF IOWA COUNTY OF, K ss. cor on ned in nd Corpor a -ny tG cog; . ;r�� ° q� •. lcud.�e�1,i3 me appear - ong and President it -I that the Ir i , was ed and sealed I . iy and year IMJ h- + r by and foregoing ectcopy o s h aid MERCI N BONDIN . CON � lily Mut i till in' :e at . `NB Co .`a0.....••�io• In Witness Whereof I d nd t this day of 19 t sj 29th July 1991 �1 33 :y. �. This power of attorney expires u r .•.J�,- • `1a-. I CERTIFICATE F INSURANC -20- (THIS PAGE LEFT BLANK INTENTIONALLY) i=E�;Ti=IC:ATE Cr }#}tt{E«}tf+}+4t}}tam}}�+}+4ttoff}t►}ftt{+}}}a4}#}t}#}}+}#}t#t-ftiti#;}Ri##tt#!{t+t4s}}+}-}+}+}t+}Ff}}t++t++{+ttfltt#{fF'E}i}f+} Producer: f this Certificate is issued as a Ratter of inforRatizn only and :orfe:s ,o richis upon Texas aest IrsurancE AGency * the Certificate Holder. This Certificate does not amend, Extend or alter t�E cove: age F. 0. ?hx 54451.1 * afforded by the polici?s listed. 45" } } Companies Affording CcveraCF Waiver of Sub. Add'1 Insured ftF4F{!tt}}as;a+aa}F4};+.aFlFF4�F•tf!}it! :-sure } CG:pdry Letter A: CFCI Commercial InSurdace ktl..'. F ..:r:.. SUPP"y, 16,. * C omov y Letter 3: We;tchester Flr2 Ir.3. Co - F. C'. 54x I1:5 # Ceipany Letter C: Lubbock, 11 73417 ! Ccm;,any Letter D: T.W.C.A.P,.P. * Company Letter E: Westchester FirE Ira. Cc }}FFFfit }}}#}}} *Fit #Eifff}ff4ff}ftiff iif#}}*}}*}tiff }}}}}}}}}}}}}}#}}}} *if }}FF}}}}}If* }}}}}}}}}}}}}#}t#}}}}}ftiff tf}Fs}ffffff4f}} Ce. era;E;: 'his is tc CErtify that colicies cf Insurance listed below hare been isSuEd to the Insured named aheve for the Policy ;Er:od indicat,d, notwithataadinp any requirement ter: Gr condition, of any contract or other document with respect to which this Cc"r:1fl:ate ;ay :E cr iay :Er:ain. T5E :;as-urance afforded by the pGliCiES Gezcri4wEd herein is 5Ub3ECt to all the terms, NCIU3 iaia and cordit4vs of such policies. .,. t}'!1. PG :Cy Number Ef,.YG.2 La:. 'a ttFt{!iE}a4#ifsF+s+i+it}#ftti}++tt+ffftitfiffttt}}tt++t}ttt}+}tt#tftft#tfi++ii#fits;};}aatitftt++f}fft*}Effff+ft}}ttt#t}}}}f#!E{} .1} Sr 'r d•• r.Gti..a.•1 +9:nder i 451 11"01/30 Il/JV31 a .- ._ G`., fr,fl iCi Ccamfrciai Eenv al L:E�Z:l:ty } f Product-Cam/0:5 AggrecatE E1000 1 + .C'miss ,.aaY. .,.r.br:e-,.�Adve.tis:na ln;a , S13°."A ;L:ntrEC:V P7. E,ti,: } f Ea:h Uzurr2rce �lfl�?fl t # * f+ 4izal 1 x;.2i1 .Arty C..-?2: 3:1) S • �u:cm L::E _._«flit) *133 529C?7 1 11/01/90 11/01/31 + C5L Slflflt} 'h t t Any f;utm + t Bodily I^Jury .•� A:: cvnE= Act:_ # t (P_r Pers:n) .....R3dily Injury ~ t ... .....: i. ::: * * (Per PC:1dElt) S + (x) tit:-5:r:d Aut3s * * Froparty f ) 6arace Linn:lit, } * Damage 3 +t{1ifFt4itFit+++Et}+EF#Fi}+itif}iF}}EEEEiEtttttf+it+t+}fff++}}}}}}}Ett+f+EE}EEttt#+f+t++}}}F}}}}F}}ittt}tE}Efft+its+tt}tittle}tf { tice55 :3Jt11ty * * Elch * ?) Cayrzlia FGTM * * OccurrEnce Aggregate F 1 Cther than tat-!Ila Fors D * W1rkers' Co:;,easEti0n *Briider 1 467 11/01/50 11/01/31 } Statutory: tsvv LEach Accident) * and * { <. v7 '^iseasa-Policv Li:it: Ecployse) Fl ate; *°-7: CI??.° S 11/01/90 11/01/91 FssasF;+►}F;a+►}as4+lEf++f4+*4}aE44}*E++E*+*F*++t+EE*+f+i+#+FFFff}}FF}#+t#F}+fiFtIt+}ttotitftiftftfaaa!}a a}a#4t*}ifit fff"FF+ffAI of Caera:i.rsi__cat:c:,_li'Eh:c: :_s:E:lmtivn: ^.chid any cf the RtC:e 'eS:ritE: ;cliciEs be cancelled before the Ex,iration date the;eaf,the issuing Com;,any will J, ...._aror to pia.. ra,+ 'r`rl►r .. 1Y.+C. to th. C?rtifizata Folder named to 'Ilia.12flb, t,.t .dL.Y.: .0 R3tI such N'?tICe shall ..r:3e +.. ,• al:,s ..,.. ., :1s«....1 C arty K1.lL' LyGn th2 CUN:ly, .5 A.',t'ilr5 cr f.ep:eSE.I.d 11'Ea. • Authori:ed REpresentative City of f.ty Eall William L. D2al 5 Div,S:sn Lutba,k, T1 7940" f� ,J '✓ ,� �:%L- (THIS PAGE LEFT BLANK INTENTIONALLY) s, ERT I r I :ATE OF INSURANCE ISSUE DATE: 09/271,D 1 }}{}fffffffff(ffff#fff+f++ffffffffffff#ffffffff}#ff#+fffff+f$ffffffffffffff+ff++#fffff(fff++ffff(fffff+fffff++fffffff#fffff}{}}}{ PTodUfer: } This Certificate is issued as a matter of information only and confers no rights coon Texas West Insurance Agency the Certificate Holder. This Certificate does not amend, extend or alter the coverage P. 0. Box 54450 } afforded by the policies listed. Lubbock, Texas 79453 # Companies Affording Coverage Waiver of Sub. Add'1 Insured ffffffffffffffff#$ffff}}}ffffffffff}}${{{ M Insured f Company Letter A: CFCI Commercial Insurance White's Pump Service and Supply, Inc. } Company Letter B: Westchester Fire Ins. Co P. O. Sox 5126 f Company Letter C: Lubbock, TX 79417 } Company Letter D: T.W.C.A.R.P. } Company Letter E: Westchester Fire Ins. CO Coverages: This is to Certify that policies of Insurance listed below have been issued to the Insured named above for the policy period indicated, notwithstanding any requirement term or condition of any contract or other document with respect to which this Certificate may be issued or may pertain. The Insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Hff${}$#$$f}#${${$${{{}}}{{{{}{{{{}}}f}}{#}}fff#{{{}{#{{#}}}}{{}{{}€{###{{}}}#{}{}}}}}}f}}}}}}}}}}}III {g{.}}}{}{{{{{}{{{{##{$}{${ Co.{ Type of Insurance Policy Number Eff.Date Exp.Date All Limits f$#{#}fffff}{{#{f$*K*}}ffff#f#ff+{f}}{{}{{{{{{{{}}f##f#ffff}{{fffff$++ffffffff#fffff#fffff}ffffff}}}{{{}{}{{}f+#{f}{ffff#(#(#ffff A } General Liability f503 093657 7 11101/90 11101191 + 6eneral Aggregate $1000000 { (0) Commercial Eeneral Liability f { Product-Camp/OpS Aggregate $1000000 } () Claims Made (X)Occurrence } } Personal & Advertising Injury $1000000 f () Owners & /Contractors Protective # } Ea;h Occurrence $1000000 { () Broad Form f } Fire Damage (Any One Fire) $50000 { ( ) f f M:dical Expense (Any One Person) $5000 }f{}{}f}{{{}}}f}{}}}}}}}#f}{#}}}}{}}}{{}{}}}rf}}}}{}{{{}{}{}{{{}}{f{}{}f}f{{{{}}}}#gf{{}}}$${}{}f{}{}}f{{}}gf}{}}f}{}}}}f{{{}}}f} 3 } Automobile Liability }133 508097 1 11101/90 11/01/91 } CSL t1000000 { () Any Auto f # ?odily Ir.juyv + () All Owned Autos # f (Per Person) `a f (x) Scheduled Autos f + Bodily Injury { (x) Hired Autos + } (Per Accident) $ f (x) Non -Owned Autos } } Property + () Garage Liability } Damage $ f ( ) f # (ffffffffff#ff{}ff{f{+}{ff}}{{}}}{{{}{}{{f}{}}}}f{f}}}{f+f++fgff{f}}}{ffff###(((++fffff$#ffff+#ff##ff#f}##f+++ff#+(fffff}}{}fffff { Excess Liability f f Each f () Umbrella Form # { Occurrence Aggregate f () Other than Umbrella Farm # + $ fffff##ff##fffffff#ffffffff+#+ff++fffff$#((+ff+f+f+ff+ffff#}(fffff}ff+ffffff+ff++f$++ff+ff#+ff$ff$ff+++#ffff+ff.f fffff##fffff{((}( D f Workers' Compensation }407-07-00-29 11/01/90 11/01191 Statutory: $500000 (Each Accident) # and f $500000 (Disease -Policy Limit) f Employers' Liability } } $500000 (Disease -Each Employee) {{#(fffff#fffffff##t}}{{}f+ffff}fff$$ff##f##}{}}}}}#f{ffff#ffff#(#ffff$$$(#ffff{}}{$fff+{}}}{fffff+f}}}}#f####+fffff+###+}ffff}}} E f Other + + *Equipment Floater +321 01979B 5 11/01/90 11/01/91 {}}}{{{ffffffff#ff{}}{ff+fffff#ff#fffffff#fffff}}}#+ffff}}#ffff}(fffff#f#fffff#+++#ff#f###+(fffff#ff##(fffff}f+fffff###fffff$(#(# Description of Operations/Locations/Vehicles/SIIetial Items installation of fuel systems Cancellation: Should any of the above described policies be cancelled before the Expiration date thereof,the issuing Company will endeavor to snail 10 days written Notice to the Certificate dcldar named to the left, but failure to mail such Notice shall impose no obligation or liability Jf any find upon tie Its Agents Or RrpresertativeS. (fffff##f#+f+#fffff}+++#+ffff#+#+f+##+ffff#(+f+#+f+++++#++++#+ffff#++##ffff+ff+#+f#ff+f+ff+}$ffff}+++ffff}}}++++ffff}#++##ffff+++ Certificate Holder } Authorized Representative City of Lubbock William L. Deal Purchasing Dept/Maria Flores P.O. Box 2040 E,,�1act Lubbock, Tx 79457 (THIS PAGE LEFT BLANK INTENTIONALLY) (THIS PAGE LEFT BLANK INTENTIONALLY) 11 I r� 1 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THiS AGREEMENT, made and entered into this 8th day of August. 1991, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and WHITE'S PUMP SERVICE & SUPPLY 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 CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as foL- Lows: BID i111457 - MUNICIPAL HILL FUEL FACILITY IN THE AMOUNT OF $176,990.00. and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish ail materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantiaLty complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. APO Vd, ON N t , E, - �� ON - ATTEST: a Corporate Secre ary CITY OF LUBBOCK, TEXAS (OWNER) By. f�; 14 MAYOR WHITE'S PUMP SERVIE & SUPPLY CONTRACT,, f%^Q By: TITLE: — COMPLETE ADDRESS: PO Box 5126 Lubbock, TX 79417 1 .23- GENERAL CONDITIONS OF THE AGREEMENT -24- (THIS PAGE LEFT BLANK INTENTIONALLY) i. OWNER 2. 3 4. 5. 6. GENERAL CONDITIONS OF THE AGREEMENT Whenever the word owner, or the expression Party of the First Pert, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: WHITE'S PUMP SERVICE & SUPPLY, who has agreed to perform the work embraced in this contract, or to his or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shaft be understood as referring to BERRY SMITH, DIRECTOR OF BUILDING SERVICES, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect construc- tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors wiLL act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made avaiLable to Bidder for his inspection in accordance with the Notice to Bidders. 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 simitarty, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in aLL such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shalt be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 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 shalt have no re- sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated NZ by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due subcontractor. 7. WRITTEN NOTICE written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK 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 docu- ments. 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 docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly Locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shalt keep one copy of same consistently accessible on the job site. 12. RiGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the owner against defects and deficiencies in the work of the Contractor. •26- 13. 'LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shalt give the Owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive 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 shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this PP contract. He 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 Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on aLL claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 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 Con- tractor 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 six (b) days make written appeal to the owner's Representative for his decision. -27- 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 his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision 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 Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and Local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WOMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men an the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob- servation, 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. -28- 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the owner, it must, if requested by Owner or Owner's Repre- sentative, 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 Representa- tive to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any 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 Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur- ther 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 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 in- crease 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 -29- r case the Owner shall make such changes or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 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, el- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive 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 com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph 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, Did Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery 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 shell 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 com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Carte or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative 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 in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -30- 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient suns in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of workmen's Compensation insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards 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, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. -31. U 28. CONTRACTOR'S iNSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized to transact business in the state of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive Generat Liability insurance ■ The contractor shall have Comprehensive General Liability insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: ■ Premises and Operations i Explosion & Collapse Hazard Underground Damage Hazard 0 ae Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) ■ The City is to be named as an additional insured on this policy for this specific job, and copy of Ir the endorsement doing so is to be attached to the Certificate of insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows ire For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance No The Contractor shad have Comprehensive Automobile Liability Insurance with limits of not less than; am Bodily injury $250/500,000 Property Damage $100,000 rr to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of tial loss) naming the City of Lubbock as insured. (100X of poten- ar 0 am -32- 1 1 i 1 1 1 1 A 1 1 1 1 E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or UmbreLLa Liability Insurance in the amount of ($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured 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) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he wiLL indemnify and save the owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shalt furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shalt allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness -33- 30. 31. 32. 33. shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm- less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar 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. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. TiME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and It is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages -34- for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. rr- It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- ity. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the owner is having other work done, either by contract or by his own force, the owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the sev- eral parts. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge -35- 37. 38. 39. 40. 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 judgment of the Owner's Representative that is caused by such stoppage shall be paid by owner to Contractor. 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 for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. 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. 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 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 de- fective 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 con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -36- 1 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said appLication for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par- tial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be- fore the 319t day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shalt relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises aLL materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the owner's Representative, Owner may remove and replace it at Contractor's expense. r 45. CORRECTION OF WORK AFTER FINAL PAYMENT - Neither the final payment nor certificate nor any provision in this contract shaLL relieve the Contractor of responsibility for faulty materials or workmanship, and he shalt remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shalt appear within a period of one (1) year from the 1 -37- I 46. 47. 48. date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. PAYMENT WITHHELD ' The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative, It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shalt be a bar to any claim by either party, except where noted other- wise in the contract documents. ARBITRATION All questions of dispute under this agreement shalt be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shalt be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shalt have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -38- The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shad assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 49. ABANDONMENT BY CONTRACTOR in case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the owner may provide for completion of the work in either of the following elective manners: (a) The owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies 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 com- pleted 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 some had been com- pleted by said Contractor, then the Contractor and/or his 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 newspa- per 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 shalt be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. 1 -39- 50. am 52 In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shalt then make a final statement of the balance due the Contractor by deducting from the above estimate aLL previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished - SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -40- 1 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all Loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseeh circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and sha a remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shatL have the right to ob- serve Contractors work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owners 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. 55. CLEANING UP The Contractor shaLl at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shaLL Leave the work room clean or its equivalent. The work shall be Left in good order and condition. In case of dispute owner may remove the debris and charge the cost to the Contractor. 1 i I 1 1 -41- 1 (THIS PAGE LEFT BLANK INTENTIONALLY) I 1 i 1 1 1 1 1 1 i 1 1 1 1 I 1 1 1 1 I. L� I 1 1 CURRENT WAGE DETERMINATIONS 1 -42. 1 I (THIS PAGE LEFT BLANK INTENTIONALLY) I 11 7 1 1 DGV:da RESOLUTION Resolution #2502 January 8, 1987 Agenda Item #18 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January , 1987. Ranett&3oyd, City Secretary v APPROVED TO ONTENT: Bi 1 P yne, Director of Building Services ff.e. & G, ,� B.C. McMINN, MAYOR APPROVED AS TO FORM: DoYral d G. Vandiver, First Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator - Heavy Light Floor Installer Glazier Insulator, Piping/Boiler Insulator -Helper Iron porker Laborer, General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder - Certified Hourly Rate $11.60 8.35 5.50 10.50 5.00 11.00 5.50 7.35 8.70 10.50 5.25 8.00 5.70 8.00 7.50 9.50 5.00 7.30 4.75 5.60 8.75 9.25 6.00 7.65 4.75 8.75 5.50 8.00 a ip. EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator Roller Scraper Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime tin excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is.1 1/2 times base rate. 1 i r 1 I 1 1 1 1 1 1 I 1 I SPECIFICATIONS -43- kGE LEFT BLANK INTENTIONALLY) CITY OF LUBBOCK, TEXAS MUNICIPAL HILL FUEL FACILITY SPECIFICATIONS PREPARED BY AC ASSOCIATES ' JUNE 1991 -i Section 1: General Project Requirements Section 2: Potable Water Pipe Section 3: Underground Petroleum Storage System Section 4: Concrete for Minor Structures Section 5: Fencing Section b: Painting Section 7: Pre -Engineered Buildings Section 8: Compressed Air System Section 9: Vehicle Maintenance Equipment Section 10: Raceways and Fittings Section 11: Conductors Section 12: Wiring Devices Section 13: Grounding Section 14: Electrical Distribution Section 15: Motors and Equipment Controls and Wiring Remaining specifications and subsurface investigations prepared by the City of Lubbock. Of a � � � �T .tip! McMiLLEN r' . .;,OTTHENSLEY .......... 52683 6373&....,, - r h�P�G QQjaF�TF���S'��'. JOHN L. SUTTER p.:....,..1; ..... 56111 �4 �`�DPi�,L ��� _ . 1 (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 1 GENERAL PROJECT REQUIREMENTS 1. GENERAL 1.1 SECTION INCLUDES This section of the specifications covers the general requirements of the project for a complete working installation and general Contractor requirements. The provisions of this specification apply to all sections of these specifications, and to other sections where applicability of these provisions is specified therein. 1.2 APPROVAL OF EQUIPMENT AND MATERIALS All equipment and materials shall be new and shall be designed for the function and service specified herein. No equipment or materials shall be used in the project except that which has been approved by the Owner or his designated representative. Approval for installation or incorporation in the project will be made only after submittal and examination of shop and installation drawings, manufacturer's specifications, test results or other data required in the paragraph SHOP AND INSTALLATION DRAWINGS or in connection with the equipment specifications. Final approval and acceptance of equipment will be made only after such equipment is in operation and has met all specified tests. 1.3 UST CONTRACTOR REQUIREMENTS The requirements of this paragraph shall apply to the prime Contractor, or subcontractor if applicable portions of the work are subcontracted, for installation of the underground petroleum storage tanks (UST's), associated petroleum piping and appurtenances, tank hole monitoring wells and petroleum product dispensing devices. 1.3.1 The UST Contractor must be a local stocking distributor for the equipment quoted with parts and service available for immediate service of warranty consideration. 1.3.2 The UST Contractor must include, in the sealed bid proposal submitted to the Owner for the bid opening, a submittal for each of the following pieces of equipment to be used on the project. Late submittal will not be accepted. A. Fuel dispensers. B. Fiberglass underground storage tanks. C. Fiberglass petroleum product piping. D. Petroleum product pumps. E. Petroleum product line leak detectors. F. Automated tank gauging. G. Prefabricated fuel island forms. H. Under pump shear valves. I. Vent pipe outlets. 1 2655-91 1 J. Overfill prevention. K. Spill containment. L. Monitoring well materials. As a minimum, the submittals accompanying the sealed bid proposal shall be catalog cuts which illustrate the equipment, the equipment model number and the manufacturer's name and address. These submittals do not replace the detailed submittals required in the paragraph SHOP AND INSTALLATION DRAWINGS. 1.3.3 The UST Contractor must be currently registered by the Texas Water Commission as a UST Contractor and, as a minimum, carry the Commission's prescribed liability insurance. Such insurance does not replace the insurance requirements of the General Provisions and Special Provisions of the contract documents. 1.3.4 The UST Contractor must have in his employ a Licensed Underground Storage Tank Installer with an "A" and "B" rating. The Installer shall be on the site of the work for the duration of the project at any time the petroleum handling system is being constructed, adjusted, tested or serviced. The Installer shall be a regular employee of the UST Contractor and covered by the UST Contractor's liability insurance. 1.3.5 The Installer must show by certification from equipment manufacturers that he is certified to install, start-up and service the equipment submitted with the sealed bid proposal. Copies of the manufacturers certifications shall be supplied with each piece of equipment submitted with the exception of the monitoring wells. 1.3.6 The UST Contractor must provide, with the sealed bid proposal, copies of six (6) local installation references by means of a Texas Water Commission amended construction notification form. 1.4 SHOP AND INSTALLATION DRAWINGS Shop and Installation Drawings, Installation Instructions, Manufacturer's Specifications, and all other pertinent data required by the Owner to determine approval for installation of the equipment shall be submitted to the Owner, as required by the contract documents for SHOP DRAWINGS. Such drawings and other data shall be submitted to the Owner at the earliest practicable date, with due account being taken for the necessity of having equipment setting data prior to construction of structures in which the equipment will be mounted. Delay in submission of shop drawings will not, of itself, be grounds for granting an extension of time. Shop Drawings submitted to the Owner without first being checked by the Contractor will be returned to the Contractor for such checking before being examined by the Owner. 2655-91 1 - 2 After manufacture and/or fabrication, four (4) copies of any test certificates or certificate of compliance with specifications, required by the specifications, shall be furnished to the Owner. Shop Drawings shall be complete showing all dimensions, anchor bolts or other mounting devices, openings in structures required for installation of the equipment, connecting piping, size and location of electrical conduits and conduit openings, name -plate data for electric motors and drive devices, and any other pertinent data necessary to determine compliance with the specifications and suitability of the equipment for installation in the proper location and for the service intended. Since installation details may vary with the type of equipment furnished, such details may not agree with the contract drawings. Such variations shall be clearly shown in the shop and installation drawings and any structural modifications required because of such variations, shall be clearly noted. However, minor structural modifications will be approved unless it is clearly shown that it is impractical to adapt the equipment to the structure as detailed or to secure equipment which would not require major modifications. Approval of shop and installation drawings indicates the Owner's acceptance of the equipment for installation in the project, but does not guarantee dimensions nor sizes and structural or operational adequacy, nor does it waive any specification requirement not specifically waived in writing, nor relieve the Contractor and/or manufacturer of any responsibility for compliance of the completed installation with all specified requirements. 1.5 EQUIPMENT WARRANTIES In accordance with the Contract Documents, it is specifically required that equipment covered by all Sections of the Specifications be covered by the Warranties and guarantees specified. The Contractor hereby warrants that any failure of equipment or part thereof or any operational malfunction occurring to any equipment caused by reason of faulty or inadequate design or installation, improper adjustment or defective materials or workmanship, within a period of one year, will be promptly remedied by the Contractor at no additional cost to the Owner. This one year period shall begin on the date of substantial completion as shown on the Owner's Certificate of Substantial Completion. Each Certificate of Substantial Completion will apply only to the equipment units or group of units mentioned on the Certificate. When any equipment unit or group of units has been initially operated by the Contractor and operational and maintenance responsibility has been assumed by the Owner, a Certificate of Substantial Completion will be issued to the Contractor for equipment so operated. 2. PRODUCTS 2.1 LUBRICATION EQUIPMENT AND SPECIAL TOOLS All equipment, as applicable, shall be provided with proper lubrication devices, Any special lubricant or servicing tools required by the i2655-91 1 - 3 equipment, except grease guns and standard commercial tools shall be furnished with the equipment. Lists of such required tools shall be submitted with the shop drawings. In addition to the original charge of lubricant required for initial equipment operation, the Contractor shall provide sufficient quantities of each lubricant type for one lubricant replacement. 3. OPERATION AND MAINTENANCE MANUALS At the time of the manufacturer's representative's inspection of installation of the equipment, the Owner shall be furnished with four (4) copies of complete installation, operation and maintenance manuals, for each item of equipment furnished on the project. The Owner will give a receipt in writing for these manuals upon delivery, provided complete data is furnished. Final acceptance of any payment for the project will not be made until all such manuals have been received. Manuals shall be bound in a suitable binder and shall include, but not be limited to, the following: (1) Name, address and telephone number -of nearest competent service representative who can supply parts and service; (2) Descriptive literature, including illustrations, covering the operating features of the equipment and its components, specific for this installation, with all inapplicable information omitted or marked through; (3) Operating, Maintenance and Trouble Shooting Information; (4) Complete Maintenance Parts Lists; (5) Complete connection, interconnection and assembly diagrams and operational circuit diagrams, where applicable. 4. EXECUTION 4.1 INTERFACE BETWEEN EQUIPMENT AND CONTROL OR ELECTRICAL SYSTEM It is anticipated that the interconnections between the various items of equipment will require coordination. In some cases interface devices such as couplings, flanges, reducers, convertors, wiring, etc. will be required. It is the General Contractor's responsibility to provide the necessary coordination and interface devices at no additional cost to the owner. 4.2 MANUFACTURER'S SUPERVISION OR INSPECTION OF INSTALLATION It is the intent of these specifications that all equipment covered in all sections of the Specifications shall, unless specified otherwise in the specific equipment section, be installed under the supervision of competent installation personnel representing the Manufacturer. The character and extent of such supervision and/or inspection services will be governed by the complexity of the equipment and the degree of competence of the Contractor's personnel, in the installation of such equipment. The right is reserved by the Owner to require more than the minimum supervision and inspection service whenever, in the opinion of the Owner's representative, such additional service is required to insure satisfactory installation and operation and/or completion of the 2655-91 1 - 4 project within the specified time. The Contractor may utilize Manufacturer's installation and inspection services to whatever extent he desires. No separate payment will be made for any Manufacturer's installation and inspection services. The cost of such services as may be required to fully insure an installation completely acceptable in all respects shall be included in the Contract price. 4.3 INITIAL OPERATION The Contractor is required to check and adjust all new equipment and place it in operation. END OF SECTION 2655-91 1 - 5 (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 2 POTABLE WATER PIPE 1. GENERAL This section of the specifications applies to all potable water pipe shown on the plans. Use of the term "potable water pipe" as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 2. MATERIALS The approved materials for potable water pipe shall consist of the following: 2.1 PVC PIPE: ONE -INCH DIAMETER Polyvinyl Chloride (PVC), ASTM D1785, PVC 1120 with National Sanitation Foundation (NSF) seal for potable water use. Polyvinyl Chloride (PVC), ASTM D2241, PVC 1120, SDR26, with NSF seal for potable water use. Polyvinyl Chloride (PVC) with bell ends, ASTM D2672, PVC 1120, Schedule 40 or SDR 26, with NSF seal for potable water use. Polyethylene (PE), AWWA C901, Pressure Class 200. 2.2 STEEL PIPE: ONE -INCH DIAMETER Seamless Welded Steel, ATM A53, Schedule 40 Standard weight pipe, galvanized, with National Pipe Thread (NPT) conforming to ANSI B1.20.1. 2.3 GATE VALVES: ONE -INCH DIAMETER Grinnell Figure 423, 150 psi, bronze gate, non -rising stem with screwed ends, or equal. 2.4 CURB STOP: ONE -INCH DIAMETER Curb stops shall be equal to Mueller Oriseal III Curb valve with check. 2.5 PIPE JOINTS Joints shall be made as recommended by the manufacturer and in accordance with good practice. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily. 2.6 MANHOLES AND VALVE BOXES Manholes and valve boxes shall be installed at the locations indicated on the drawings. Valve boxes shall be of cast iron. The boxes shall be designed to fit over a section of one -inch diameter pipe and shall be adjustable to match final surface grades. Valve boxes shall be of sufficient diameter to permit passage of shutoff rods to operate curb 2655-91 2 - 1 stops. Valve boxes shall be equal to Mueller curb box, cast iron improved extension type with arch pattern base, with lid marked "water" and equipped with a stationary rod. The Contractor shall provide six curb box shutoff keys which will operate both the stationary rod and the pentagon top screw of the curb box lid. Manholes shall be equal to Universal Model 78 Round Rain Tight manhole, 24 inches by 10 inches. 2.7 SELECT BACKFILL AND BEDDING ASTM C33 Fine Aggregate (concrete sand). Windblown sand or sand with fines will not be permitted. 3. PIPE INSTALLATION 3.1 GENERAL All pipe and accessories for the work specified herein shall be unloaded, handled, laid, jointed, tested for defects and for leakage and flushed in the manner herein specified. 3.2 INSPECTION The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Owner, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be handled in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 EXCAVATION AND TRENCHING The trench shall be excavated to the lines and grades as established by the Owner and as shown on the plans or as required for coordination with other lines as approved by the Owner. The minimum depth of cover for all potable water pipe lines shall be thirty-six (36) inches unless otherwise specifically shown on the drawings. The amount of cover may vary over or under 36 inches as directed by the Owner but in no case will the amount of cover be less than 30 inches. 2655-91 2 - 2 � I 2655-91 I The minimum width of the trench shall be that width to permit entry of the backfill compaction equipment and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches. The trenching equipment shall be maintained in a sufficiently level manner to provide substantially vertical trench walls. As soon as practicable after the completion of laying and jointing of the pipe, the trench shall be backfilled. The Contractor shall be responsible for properly and adequately barricading, fencing and signing open trenches and excavations to protect the public and the Owner's personnel during the construction of the project. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench throughout the entire length of the pipe installation. In order to obtain a true even grade, the trench shall be fine graded by hand. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. Where bell -end pipe is used, bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. Wherever necessary to prevent caving, the trench shall be adequately supported. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the Owner's personnel. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines or structures of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all underground utility lines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. All excavated material shall be piled in a manner that will not endanger the work or existing structures and that will cause the least amount of obstruction to walks, streets and driveways. P�l There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. Blasting for excavation of solid rock, if encountered, will not be permitted. The Contractor will be required to locate all known utility lines far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. The Contractor shall immediately notify the proper or utility company of any damage to lines, in order that service may be established with the least possible delay. Any damage to existing lines and the repair of such lines which are authorized to be cut or temporarily taken out of service shall be repaired or replaced by the Contractor at his own expense, and as directed by an official representative of the owner of the damaged line. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor at the Contractor's expense. 3.6 PIPE LAYING All pipe shall be laid and maintained to the lines and grades shown on the plans or as required by these specifications. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions or to plumb valves, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular kind of pipe being laid and the degree of deflection shall be as approved by the Owner. After the trench grade has been completed, all necessary bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by suitable means and in such a manner as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. Before lowering into trench the pipe shall again be inspected for defects. Any defective, damaged or unsound pipe and materials shall be rejected. 2655-91 2 - 4 All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. 3.7 SETTING VALVES AND VALVE BOXES, FITTINGS AND FIRE HYDRANTS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Owner, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. 3.8 PLUGGING DEAD ENDS Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. 1 3.9 HYDROSTATIC TESTS 3.9.1 Pressure During Test After the pipe has been laid, the line shall be subjected to a hydrostatic pressure test and a leakage test. The lines shall be tested at 150 psi pressure. 3.9.2 Duration of Pressure Test The duration of each pressure test shall be as directed by the Engineer but shall not exceed four (4) hours. 3.9.3 Procedure The pipe shall be slowly filled with water and the specified test pressure measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection and all necessary apparatus shall be furnished by the Contractor, and the Contractor shall furnish all necessary labor for connecting the pump, meter and gages. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe. During the time the test pressure is on the pipe, the line shall be carefully checked at regular intervals for breaks or leaks. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound materials in the manner provided and the test shall be repeated until satisfactory results are obtained. 2655-91 2 - 5 3.9.4 Leakage Test After all defects have been satisfactorily repaired and all visible leaks stopped, a leakage test shall be made on each valved section of the lines to determine the quantity of water lost by leakage. The Contractor shall furnish all labor, material and equipment required for making the test. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. No pipe installation will be accepted until or unless the leakages as determined by above test is less than that determined by the following formula: L — SD 10876 Where: L = allowable leakage in gallons per hour S — length of pipe tested, in feet D — nominal diameter of.the pipe, in inches If individual sections show leakage greater than the limits specified above, the Contractor shall at his own expense locate and repair the defective joints until the leakage is within the specified allowance. 3.10 FLUSHING The Contractor shall flush the potable water lines for 15 minutes with water from the City main before being placed in service. After flushing has been completed and the pipe has not been flushed for 48 hours, the City will sample the water in the pipe for bacteriological'testing. If acceptable bacteriological test results are not received, the Contractor shall flush the pipe again and provide whatever measures are necessary, including application of a disinfection agent if needed, to achieve an acceptable result. 4. BACKFILLING As soon as practicable after the completion, laying and jointing of the pipe, the trench shall be backfilled. All backfill in trenches and bell holes for all pipe, valves, and fittings regardless of the location, shall be backfilled to a point six (6) inches above the top of the pipe with selected backfill material free from rocks, boulders or other unsuitable material. The backfill material shall be placed in 4-inch layers, and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe, up to a point three (3) inches above the center line of the pipe. The backfill from 3 inches above the center line to 6 inches above the top of the pipe will not be required to be tamped. Mechanical or hand tampers of a type approved by the Owner shall be used in tamping the backfill. 2655-91 2 - 6 The method to be used in backfilling the remainder of the trench shall be done by the following method. Backfill in trenches under pavement or under proposed pavement shall be placed in 6 inch layers, moistened to optimum moisture and thoroughly compacted with mechanical tampers to a density of at least 90% of maximum density as determined by AASHTO T-180 from the bottom of the trench to the original ground surface. Following the completion of the backfilling, the Contractor shall maintain exposed trench surfaces in a satisfactory manner until final completion and acceptance of the work. Exposed trench surfaces shall be defined as those portions of the trench not covered by pavement. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep the trench surfaces in a satisfactory condition. END OF SECTION it I I I I I I � I I I I I 11 2655-91 2 - 7 I i (THIS PAGE LEFT BLANK INTENTIONALLY) I SECTION 3 UNDERGROUND PETROLEUM STORAGE SYSTEM 1. GENERAL This section provides for furnishing and installing three (3) 15,000-gallon underground storage tanks (UST) for diesel and unleaded gasoline use, petroleum product piping system, fittings and other related appurtenances. 2. RELATED SECTIONS The following specification sections contained in these contract documents shall also apply to this specification section. 2.1 Section 1: 2.2 Section 4: 2.3 Section 6: 2.4 Section 9: 2.5 Section 10: 2.6 Section 11: 2.7 Section 12: 2.8 Section 13: 2.9 Section 14: 2.10 Section 15: 3. COMPLETE FACILITY General Project Requirements Concrete for Minor Structures Painting Vehicle Maintenance Equipment Race Ways and Fittings Conductors Wiring Devices Grounding Electrical Distribution Motors and Equipment Controls and Wiring Equipment shall be provided with accessory items required to make the system complete, operable and ready for use, operation and maintenance by Owner's Personnel. Equipment and installation shall comply with applicable national, state and local codes. Contractor shall secure all permits and inspections as required by the authorities having jurisdiction. All required tests shall be made in the presence of the authorized representatives of such authorities. 3.1 REFERENCES 1 2655-91 3.1.1 National Fire Protection Code 30, Flammable and Combustible Liquids Code. 3.1.2 National Fire Protection Code 30A, Automotive and Marine Service Station Code. 3.1.3 Underwriters Laboratories UL-1316, Standard for Glass -Fiber Reinforced Plastic Underground Storage Tanks for Petroleum Products. 3 - 1 3.1.4 ANSI B31, American National Standard Code for Pressure Piping. 3.1.5 Petroleum Equipment Institute Standards. 3.1.6 Underwriters' Laboratories Standards. 3.1.7 American Society for Testing and Materials Standards. 3.1.8 Texas Administrative Code regulations regarding underground storage tanks, contractor registration and installer licensing. 4. SUBMITTALS _ 4.1 Shop Drawings. Submit copies of shop drawings, details and specifications in accordance with Section 1: General Project Requirements. 4.2 Product Data. 4.2.1 Equipment list. 4.2.2 Dimensioned outline drawings and equipment layouts. 4.2.3 Installation instructions. 4.3 Laboratory analysis of backfill material for soundness and gradation. 4.4 Operation and Maintenance Manuals. Submit complete manuals regarding the operation and maintenance procedures recommended by the manufacturer. 5. WARRANTY The contractor shall warrant the fuel storage system against any defective materials or workmanship for a period of one (1) year in accordance with these contract documents. Manufacturers and suppliers whose warranties extend beyond the required one year warranty shall issue their warranties in the Owner's name. Each warranty shall specify the terms and time limits offered by the manufacturer or supplier. 6. CERTIFICATION The installer shall provide the Owner with written certification that the construction and installation of the UST systems meet the Texas Water Commission's installation standards for new USTs. 7. PRODUCTS 7.1 UNDERGROUND STORAGE TANK The underground storage tanks (USTs) required for this project shall be Fiberglass Reinforced Plastic (FRP) single -wall USTs equal to Owens- Corning Fiberglass Corporation, Toledo, Ohio and Xerxes Corporation, 2655-91 3 - 2 1 Minneapolis, Minnesota. The tanks shall meet the requirements of UL- 1316 and a certification plate shall be affixed to each UST. Each UST shall be fitted with a minimum quantity of one 22-inch minimum diameter manway, and four 4-inch diameter service fittings. Manway risers shall be fiberglass. Additional quantities of manways and service fittings may be offered by the manufacturer. The tank bottom shall be equipped with gauge plates under each service fitting. Each UST shall be of 15,000 gallons nominal capacity, Each UST shall be of 10'-4" nominal diameter and 29'-1" nominal length. The USTs shall be designed for operation at atmospheric pressure and capable of storing liquids with specific gravity up to 1.1. The USTs shall withstand a test air pressure of 5 psi with a 5 to 1 safety factor. Each UST shall withstand surface H-20 axle loads when properly installed according to manufacturer's current instructions. Each UST shall be capable of withstanding external hydrostatic pressures. When buried in ground with seven feet of overburden over the top of the tank and the tank hole fully flooded, each UST shall have a safety factor of 3:1 against general buckling. The tanks shall resist flotation with a safety factor of 1.2 without anchorage, with an overburden above the top of the tank of 72 inches, when the tank is empty and the tank hole contains water to grade. The USTs shall be capable of storing gasoline, gasohol (10% ethanol and 90% gasoline mixture), 90.5% gasoline and 9.5% Oxinol-50 (4.75% methanol and 4.75% GTBA mixture), Dupont EPA waiver (Gasoline with 5% methanol and a minimum of 2.5% cosolvent, The blend may contain a maximum concentration of up to 3.7 weight percent oxygen in the final fuel), av-gas, jet fuel, diesel fuel, motor oil or oil at temperatures not to exceed 150' Fahrenheit. 7.2 PIPE Underground pipe systems associated with the UST installations and which convey petroleum product shall be Reinforced Thermosetting Resin Pipe (RTRP). RTRP shall be equal to Red Thread II, Smith Fiberglass Products, Little Rock, Arkansas and Fibercast Dualcast Centricast III epoxy, Fibercast Company, Sand Springs, Oklahoma. All RTRP shall be UL-listed and of nominal 2-inch diameter. Steel pipe shall meet the requirements of ASTM A53 Grade B standard weight. Steel pipe shall not be used for underground fuel use except as risers from the UST service fittings to overlying manholes. Steel pipe in direct contact with backfill or native soil materials shall be galvanized and coated with a dielectric coating. Aboveground and concrete -encased steel pipe shall be furnished in black finish. 7.3 PIPE FITTINGS 1 2655-91 7.3.1 Flexible Connectors: 2-inch diameter flexible connectors equal to Resistoflex PTFE, Crane Resistoflex, Marion, North Carolina. 3 - 3 Provide corrosion protection isolation boots on all flexible connectors. 7.3.2 Welding Fittings: Equal to Tube Turns, to match pipe. 7.3.3 Threaded Ferrous Fittings: Equal to Grinnell. 7.3.4 Flanges: 150 pound forged steel welding neck, or threaded as applicable, flanges equal to Crane. 7.3.5 RTRP Fittings: As required by manufacturer. 7.3.6 Vent Caps: Double outlet vent, threaded style, 2-inch diameter equal to Morrison Brothers Company Model 155, Dubuque, Iowa. 7.3.7 Underpump Emergency Valve: Equal to Emco-Wheaton Model A60. 7.3.8 Ball Valves: Equal to Smith Ball Valve, Fig. 125R, UL-Listed for LP gas and Flammable Liquids. 7.4 MANHOLES 7.4.1 Containment Manholes: Equal to OPW-1 spill container. One required per UST. Label manhole as to contents of underground storage tank. 7.4.2 Manways: Manholes located over the UST manways shall be equal to Universal Rain Tight Round Manhole No. 78, minimum 30-inch diameter by 10-inch depth. Manway risers shall be of fiberglass, minimum 42-inch diameter, and of sufficient length for the installation. 7.4.3 Dead -End Manholes: Manholes located over risers containing dead-end valves and plugs shall be equal to Universal Rain Tight Round Manhole No. 78, 24 inches by 10 inches. 7.4.4 Monitoring Well Manholes: Monitoring well manholes shall have bolted -covers with gaskets. Manhole covers shall be stamped with the monitoring well triangle bounded by the words "Observation Well". Circular manholes shall be equal to Universal Model 65, 12 inches by 12 inches. Triangular manholes shall be equal to Universal Model 65T. 7.5 OVERFILL PREVENTION Overfill prevention equipment shall be equal to OPW61-SO series. Drop tube extensions to the overfill prevention equipment shall be as required by the manufacturer for the UST diameter. The overfill prevention equipment at the point of delivery shall be equipped with a 4-inch tight -fill adapter and cap equal to EMCO Wheaten A30 Adapter and A97 Tight -Fill Cap. 2655-91 3 - 4 The overfill prevention equipment shall severely restrict product delivery flow from the truck to the UST when the UST reaches 95% of capacity. Product flow shall completely cease at 98% of UST capacity. The overfill prevention equipment shall permit passage of a dipstick for manual gauging of the UST. 7.6 WELL CASING AND SCREEN Pipe and fittings for blank monitoring well casing and slotted well screen shall be new 4-inch nominal diameter polyvinyl chloride (PVC) pipe meeting the requirements of ASTM F480 for SDR-21 pipe, or ASTM D1785 for Schedule 40 pipe. All material shall be prime quality and no rejects or limited service pipe will be permitted. Joining shall be by threaded flush joints according to the requirements of ASTM F480. No slip joints or glued joints will be permitted. ' The pattern of the well screen openings shall be uniformly spaced around the periphery of the pipe. The well screen slot openings shall be 0.020 inches wide by 2 inches long.. There shall be a minimum of 4 rows of slots along the entire length of the screen with a minimum of 44 slot openings per row per foot of length of pipe. Field constructed screen shall not be acceptable. Locking casing plugs shall be provided by the Contractor for sealing the top of the casing. Casing plugs shall be equal to Universal 1300 Locking Pipe Plug. 7.7 ISLAND FORMS Island forms shall be of the length and width indicated on the drawings. Forms shall be equal to AM-FAB Series 100 steel island forms, 13 inches in height and with 6-inch corner radii. Three shear clamp pump boxes equal to AM-FAB Model BI-SC shall be provided and installed at the fuel dispenser island. The pump boxes shall permit mounting of the commercial dispenser and anchorage clamps for the underpump emergency valves. 7.8 BACKFILL Backfill for underground storage tanks shall consist of clean naturally rounded aggregate with a mix of particle sizes not less than 1/8-inch nor more than 3/4-inch, or washed stone or gravel crushings with a mix of particle sizes not less than 1/8-inch nor more than 1/2-inch. Backfill shall not have more than 3% passing a #8 sieve, and shall have a minimum dry density of 95 pounds per cubic foot. Backfill for buried piping associated with the USTs shall consist of a natural mix of particle sizes from 1/8-inch to 1/2-inch naturally rounded aggregate. All backfill aggregate shall meet the sodium sulfate soundness requirement of ASTM C33. 2655-91 3 - 5 Except for the sodium sulfate soundness requirement, where the manufacturer's recommendations or the Texas Water Commission (TWC) regulations differ from these backfill requirements, then the manufacturer's recommendations or TWC regulations shall be followed as applicable. 7.9 SIGNS Two signs shall be mounted at the fuel dispenser island in prominent locations. The signs shall be metal or fiberglass with fiberglass sign being equal to W.H. Brady Company B-60 fiberglass. The letters shall be red on white background. Sign size and letter size shall be as approved by the Owner. The legend shall consist of the following words, or an approved variation thereof: WARNING NO SMOKING STOP MOTOR IT IS UNLAWFUL AND DANGEROUS TO DISPENSE GASOLINE INTO UNAPPROVED CONTAINERS The sign shall have holes drilled or punched to match the mounting brackets on the mounting pedestal. An acceptable alternative to separate signs shall be the above warnings permanently affixed to each fuel dispenser on each fueling side of the island. 8. EXECUTION 8.1 NOTIFICATION At least 48 hours prior to construction of the underground storage system, the Contractor shall verbally notify the Texas Water Commission's District Field Office, Lubbock, Texas, (806) 796-7092. 8.2 INSPECTION Visually inspect all equipment upon arrival at job site for damage incurred during shipment. Any damage should be noted and the manufacturer immediately notified. 8.3 PREPARATION Confirm dimensional requirements of equipment with foundation dimensions and anchor bolt placement. Prior to setting anchor -bolted equipment, check anchor bolts for damage and repair accordingly. Clean slabs of any trash debris or other foreign matter. 8.4 UNDERGROUND STORAGE TANKS (USTs) 8.4.1 Pre -Installation Tests. East UST shall be air pressure tested prior to installation as required by the manufacturer. Test air pressure shall be 3 to 5 psi. The tank wall shall be soaped and checked for leaks. Air gauges used for pressure determination shall have a maximum range not exceeding 15 psig. Each tank 2655-91 3 - 6 1 shall be pressure -tested for at least one hour. The UST undergoing the air pressure test shall be equipped with a pressure relief device capable of relieving the total output of the compressed air source at a pressure of not more than six psig. The tank diameter shall also be measured for vertical deflection determination. 8.4.2 Excavation. The Contractor shall make such measurements as necessary to insure adequate depths of excavations for the UST installation. Consideration shall be given to the manufacturer's minimum plan dimensions for excavations, UST bedding, minimum cover requirements, pavement thickness and slope of connecting pipelines. OSHA excavation safety regulations shall apply to the UST excavations. 8.4.3 Installation. Bedding thickness between the tank hole bottom and the storage tank shall be as required by the manufacturer. The gravel or crushed rock backfill shall be nodded and tamped to insure support under the haunches of the storage tank. The remainder of the backfill shall be rodded as necessary to alleviate future settlement of material. Native materials shall not be mixed with the specified backfill. The Contractor shall be responsible for any tank flotation until such time as the final overlying pavement is in place. 8.4.4 Post -Installation Tests. A tank tightness test shall be performed by the Contractor after backfill has been placed and prior to placing the tank in service. The tank tightness test shall conform to the requirements of the Texas Water Commission's Texas Administrative Code 31 TAC 334..50 (d)(1)(A). Each tank shall pass the requirements of this tightness test prior to acceptance. The tank diameter shall be measured and compared with the pre- installation tank diameter measurement. The difference in the two measurements, the vertical deflection, shall not exceed the maximum allowed by the manufacturer. Should the deflection exceed the maximum allowable the tank installation shall be reworked by the Contractor, in consultation with the manufacturer, until the tank installation meets these specifications. Such reworking shall be at the Contractor's sole expense. 8.5 PIPE 8.5.1 Installation. Underground fiberglass pipe shall be installed according to manufacturer's instructions. Particular attention shall be paid to joints, bedding, trench width, minimum depth of cover and backfill. Native soil materials shall not be mixed with specified backfill. 2655-91 3 - 7 7 2-inch diameter flex connectors with corrosion protection isolation boots shall be installed between tank service fitting and fiberglass vent pipe, between fiberglass vent pipe and vertical steel vent pipes, and between product pipes and the underpump emergency valves at the dispenser. 2-inch diameter flex connectors with corrosion protection isolation boots shall be installed between submersible pumps and product pipes. Fiberglass pipe joints shall be assembled as recommended by the manufacturer. Steel pipe joints shall be flanged or threaded and assembled according to accepted standards of the American National Standards Institute or the American Petroleum Institute. All underground pipe shall be sloped not less than 1f8-inch per foot toward the underground tanks. 8.5.2 Installation Tests. The vent pipes and primary product pipes shall be air pressure tested at not less than 50 psig for minimum of one hour. All joints shall be soaped and inspected for bubbles and leaks. Any indicated pipe leakage shall be promptly repaired and the test redone. The product pipes shall remain pressurized, and the gauges periodically monitored for pressure losses, until the entire UST system installation is complete. This time period shall include the placement of final paving materials. The Contractor shall repair any leaks that may develop during this period. 8.5.3 Post -Installation Tests. Once the final backfill is complete and pavement placed, but prior to placing the tank in service, the Contractor shall perform a piping tightness test. The piping tightness test shall conform to the requirements of the Texas Water Commission's Texas Administrative Code 31 TAG 334.50 (b)(2)(A)(ii)(I). Each pipe system shall pass the requirements of this tightness test prior to acceptance. 8.6 MONITORING WELLS Monitoring well screens shall extend at least two feet below the bottom of the tank and be capped with a PVC end cap. The screen shall be continuous to a point one -foot above the top of the tank. Above the screen shall be blank PVC casing. The casing shall be cemented to a point at least one -foot below the bottom of the manhole assembly. Immediately beneath the cement shall be a bentonite seal of one -foot minimum length. The bentonite shall be in pellet form equal to Hole -Plug or Peltonite by Roctest, Plattsburgh, New York. The bentonite pellets shall be wetted, once installed, to initiate the bentonite's swelling action. 2655-91 3 - 8 8.7 MANHOLES Surface manholes shall be installed in the surface concrete paving and shall bear all direct traffic loads. The manholes hall extend above the finished concrete paving surface by one-half to one inch. Concrete shall be sloped away from the manhole ring to finished pavement elevation at a slope no steeper than four horizontal to one vertical. The manholes shall bear the surface traffic loads without direct transmittal of these loads to UST risers, USTs or well casing. Manhole installations over USTs and UST risers shall not resist minor settlement of the USTs or minor deflection of UST risers. 8.8 INSTRUCTION AND MAINTENANCE Instruct the Owner's personnel in the proper use, operation and daily maintenance of the fuel system. Review emergency provisions including emergency procedures to be followed at time of failure in operation or other emergencies. 8.9 FINAL ADJUSTMENTS AND CLEANING Prior to turning over unit to the Owner, all parts shall be cleaned of excess grease and dirt and final adjustments shall be made to all equipment to ensure optimum operation characteristics. END OF SECTION 1 1 2655-91 3 - 9 I (THIS PAGE LEFT BLANK INTENTIONALLY) I 1 ISECTION 4 CONCRETE FOR MINOR STRUCTURES 1. GENERAL All concrete required for minor structures shall conform to the provisions of these specifications. The Contractor shall furnish all materials, equipment, labor, superintendence and incidentals necessary for the concrete work as shown on the plans and specified herein. All materials shall be subject to test and inspection as specified herein. Concrete for minor structures shall consist of the concrete required to fill the prefabricated fuel island, set manholes, construct vent pipe stands and other minor uses where the total concrete volume used is less than eight cubic yards. 2. CONCRETE MATERIALS TESTS Preconstruction and construction tests for concrete, aggregates and admixtures shall be the same as those specified in Section: Materials of Construction. 3. CONCRETE MIX The concrete mix design and strength shall be the same as that specified in Section: Materials of Construction for Class C concrete. 4. REINFORCING 4.1 BAR REINFORCING Except where plain bars are specifically shown on the plans all bar reinforcing shall be deformed bars. Bar reinforcing shall conform to the requirements of ASTM Designation A 615, Grade 60. •. Any deformed bars delivered to the site of the work that are not marked in accordance with the requirements of ASTM Designation A 615 shall immediately be removed from the site. 4.2 MESH REINFORCING Mesh Reinforcing shall conform to the requirements of ASTM Designation A 185. 4.3 STORING REINFORCING Reinforcement stored at the site shall be protected from accumulation of grease, mud, or other foreign matter and from rust producing conditions. Bars shall be free from loose flaky rust, scale, oil, mud or structural defects when incorporated in the structures. 4.4 FABRICATION AND PLACING OF BAR REINFORCEMENT Reinforcement shall be accurately fabricated to the dimensions and shapes shown on the plans in accordance with the ACI Manual of Standard Practice unless variations are specifically shown on the plans. Four 2655-91 4 - 1 S copies of fabrication shop drawings shall be furnished to the Owner in accordance with the requirements of the Contract Documents and shall receive his approval before any reinforcing steel is fabricated. Reinforcement shall be accurately placed and adequately supported by concrete, metal or other approved chairs, spacers, or ties and shall be secured against displacement. Reinforcement shall be placed in specified positions within the following tolerances: Depth in structural slabs, flexural members, walls and columns: ± 1/4 inch Longitudinal location of bends and ends of bars: ± 2 inches except that the required concrete cover at ends of members shall not be reduced. The concrete cover for reinforcing shall be in accordance with the requirements of the current ACI Building Code (ACI 318) or as noted on the drawings. Splices shall be made as shown on the plans by lapping the bars the required amount and securely wiring them together. Where details of splices are not shown or where unanticipated splices are required, they shall be made in a location approved by the Owner and the length of lap shall be as required by the current ACI Building Code (ACI 318). 4.5 PLACING OF WELDED WIRE FABRIC Welded wire fabric shall be placed with not less than 1 1/2 inch nor more than 2 1/2 inch cover. The methods used for proper placing of the fabric shall be subject to approval of the Engineer. Welded wire fabric shall overlap at splices a distance not less than the spacing of the cross wires plus 2 inches. 5. CONCRETE PLACEMENT 5.1 TEMPERATURE Concrete shall not be placed when the ambient temperature is less than 400 F and falling but may be placed when the ambient temperature is not less than 350 F if the temperature is rising. The temperature of the concrete at the time of placement in the forms shall be not less than 500 F nor more than 900 F. 5.2 TRANSPORTING Concrete shall be handled from the mixer to the place of final deposit in a manner which will prevent segregation and when practicable, shall be deposited in its final position without rehandling or flowing. All equipment used in transporting concrete shall be maintained in a clean condition. Concrete shall not be delivered from hoists by spout or trough, nor dumped into carts, with a free fall of more than 4 feet. Every precaution shall be taken to prevent separation or loss of ingredients while transporting the concrete. Runways for carts or buggies shall not bear upon the reinforcing of fresh concrete. Pumping and conveying of concrete shall be done only after approval by the 2655-91 4 - 2 rOwner and with equipment which will insure a continuous flow without segregation. 5.3 PLACING Concrete shall not be placed until all reinforcement is securely and properly fastened in its correct position. Form ties shall be checked and retightened where necessary. Forms and reinforcement shall be inspected and approved by the Owner before beginning placement of concrete. All embedded items shall be in place and anchored and the forms and reinforcement shall be cleaned and cleanout openings closed before such inspection. A representative of the Owner will be on the job during placement of concrete and concrete shall not be placed unless the Owner or his representative is present. Concrete shall be placed in a manner which will prevent segregation, thoroughly embed all reinforcement and fixtures, fill all angles in the forms and prevent formation of aggregate pockets or honeycomb. Placement in walls, columns or other deep forms shall be done through openings in the forms, spaced at frequent intervals, or through tremies so that the free fall shall not exceed 4 feet. Points of depositing the concrete shall be spaced so that the concrete surfaces can be kept level without flowing it into place. Concrete shall be placed with the aid of approved mechanical vibrating equipment. Vibration shall be applied directly to the concrete and shall be of sufficient intensity and duration to cause flow or settlement of the concrete, thorough compaction and complete embedment of reinforcement and fixtures. Supplemental forking and spading by hand may be required to secure dense uniform surfaces and complete filling of corners and angles. Excessive spading or vibrating causing ' undue water gain or segregation will not be permitted. If moderate working causes excessive water gain the mix shall be adjusted. Excess water shall be removed when it appears and concrete shall not be deposited in accumulations of such water. Where concrete in floors is deposited on the ground, the subgrade shall be thoroughly compacted and moistened before concrete is placed. Completed sections shall conform to the details on the plans and the concrete shall be dense, uniform and free of aggregate pockets or honeycomb. 6. FORMS 6.1 MATER.IAL Forms for all minor structure concrete work shall be of wood or approved metal forms. Wood sheeting, forming surfaces exposed to sight or weather, shall be plywood or plywood lined of a quality to produce smooth even surfaces. Whatever material is used shall produce a sightly surface, free from excessive form marks and shall meet the approval of the Owner before use. The same type of form shall be used for all exposed portions of the work unless specifically approved by the Owner. 1 2655-91 4 - 3 6.2 CONSTRUCTION Forms shall be constructed true to Lines, grades and sections shown on the plans and shall be mortar -tight and sufficiently rigid to prevent displacement or sagging between supports. All exposed edges on all structures, including edges at all joints, shall be chamfered 3/4-inch unless otherwise noted on the plans. Column forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. 6.3 FORM TIES Form ties approved by the Owner shall be adjustable in length and of such type as to leave no metal within 1-inch of the surface, and shall not be fitted with lugs, cones, washers or other device acting as a spreader which will leave a hole larger than 7/8-inch in diameter or a depression back of the exposed surface of the concrete. Wire ties will not be permitted without specific permission from the Owner. Ties shall not be withdrawn, broken off or otherwise removed until the concrete has hardened sufficiently to avoid spalling or other damage to the concrete. Cutting ties back from the face of the concrete will not be permitted. Tie rod holes shall be plugged as specified below. 6.4 WETTING AND OILING The inside surface of removable forms shall be coated with a non -staining mineral oil or other approved coating and shall be cleaned and oiled after each use. Forms which have dried out between uses shall be recoated just prior to placing of concrete. Excess oil or grease shall be wiped from the form surface. If forms have dried out so that the joints have opened, they shall be thoroughly soaked with water prior to placing of concrete. 6.5 REMOVING FORMS Forms may be removed only upon approval of such removal by the Owner. In general, removal of slab and column forms will be permitted within 24 hours, but only if no further loads are to be placed on such members and if removal of forms and ties will not damage the concrete. It shall be the responsibility of the Contractor, in all form removal, to prevent structural damage or marring of the concrete surfaces. 7. PATCHING Concrete work obviously out of horizontal or vertical alignment or which shows serious surface defects shall be removed and replaced by the Contractor at his expense. Patching of minor defects will be permitted provided such patching removes the defect. Immediately after removing forms the concrete shall be inspected for defects. All defects permitted to be patched and all form tie holes shall be patched before the concrete is thoroughly dry. Defective areas shall be chipped away to a depth of not less than one inch with edges perpendicular to the surface. This and the surrounding area shall be wetted to prevent absorption of water from the patching mortar. The patching mortar shall be of the same materials and of 2655-91 4 - 4 the same proportions as used for the concrete except that the coarse aggregate shall be omitted and the amount of water used shall be as little as is consistent for proper handling and placing. The mortar shall be re -tempered without the addition of water by allowing it to stand for one hour and mixing to prevent setting. The mortar shall be thoroughly compacted into place, screeded off slightly higher than the surrounding surface and left undisturbed for a period of one to two hours. Final finishing shall conform to the finish of the surrounding areas. Form tie holes shall be patched with this same mortar, the holes being completely filled and the mortar tightly packed into the hold. Holes passing entirely through the concrete shall be filled by forcing the mortar through from one side to the other. Mortar shall be struck off flush with burlap or canvas and the patch finally finished to conform to the surrounding surface. 8. FINISHING 8.1 EXPOSED, FORMED SURFACES For the purpose of this specification, Exposed, Formed Surfaces are defined as exterior walls exposed to view, from the top of the wall to six inches below finished grade, surfaces normally exposed to view and not specifically classified below as unexposed surfaces. Exposed, formed surfaces shall have all tie rod holes filled, fins and rough edges removed, and all defects removed or patched prior to finishing as specified below. After surface preparation, and following the required curing period, exposed formed surfaces shall be moistened and the coating as specified below shall be applied. The coating shall be a proprietary cement -base coating specifically formulated for finishing concrete surfaces. The coating shall be equal to Thoroseal with Acryl 60, as manufactured by Thoro System Products, Inc. Surfaces to which the coating is to be applied shall be clean and free of dirt, oil, grease, and other foreign matter. Prior to application of the coating, the surfaces shall be thoroughly washed to remove all dust and residue and shall be damp but shall be free of excess water at the time of application of the coating. One part of the liquid bonding agent, Acryl 60 or equal, shall be mixed with three parts of water and used as the mixing liquid for the cement - base coating. The first coat shall be brush applied at a rate of not less than 2 pounds of the cement -base coating material per square yard. Apply a second brush coat after the first coat has set. When finish coat has set, float it to a uniform texture with a sponge float. Additional coats shall be applied if required to completely conceal any form marks or other defects. 2655-91 4 - 5 Immediately prior to final acceptance of the project, all Exposed, Formed Surfaces shall be washed down with clean water and scrubbed as required to leave all such surfaces with a clean, neat, and uniform appearing finish, uniform in color and texture. 8.2 UNEXPOSED VERTICAL FORMED SURFACES For the purpose of this specification unexposed vertical formed surfaces are defined as those surfaces covered by earth fill below a line six inches below finished grade. Unexposed vertical surfaces shall have all tie rod holes filled, fins and rough edges removed and all defects removed or patched. 8.3 CONCRETE SLABS Concrete slabs which form a bearing surface, such as the pump island and building locations for this project, shall receive a troweled surface finish. Special care shall be used in finishing these surfaces to obtain true plane surfaces with no pockets or depressions. These slab surfaces shall be given a hard, smooth trowel finish which rings when struck with the trowel. Machine troweling will be permitted, but final troweling will be by hand. Exposed concrete surrounding manholes and valve boxes shall receive a troweled surface finish except where the manhole or valve box is set in concrete pavement. Where the manhole or valve box is set in concrete pavement, the surface finish shall match that of the surrounding pavement. 9. CURING AND PROTECTING 9.1 CURING The purpose of curing procedures is to provide the most favorable conditions practicable for development of the strength of the concrete without the formation of cracks or other defects. Such favorable conditions include the maintenance of proper moisture conditions and protection from large changes in temperature. The procedures specified herein are designed to maintain these favorable conditions and will be strictly enforced to this end. The Contractor shall inform the Owner fully as to the methods and procedures proposed for curing and have full approval of the methods, equipment, and materials prior to placing concrete. The Contractor shall have, at the site of the work, the proper equipment and materials in adequate amounts to cure the concrete properly, prior to being given permission to place concrete. Poor curing facilities or lack of attention to the proper curing of concrete shall be the cause for the Owner to stop all construction on the job until proper curing is provided. 2655-91 4 - 6 The curing period for all concrete begins immediately after placing and/or finishing operations are completed. Delay in initiation of curing measures will not be and shall be protected from tolerated. All concrete shall be kept wet, large changes in temperature, for a period of 7 days after placement unless Type III cement is used in which case the curing period shall be 3 days. Curing measures shall consist of the following, unless similar measures which are demonstrated to achieve the same or better results are approved by the Owner in writing: 9.1.1 Columns Column forms shall remain in place 24 hours, but shall be removed within 48 hours after placement of the concrete. Forms shall be kept, wet at all times until they are removed. Immediately after removal of the forms defects shall be repaired and tie rod holes patched. Column surfaces shall then be sprayed with a membrane curing compound. Materials and application shall be as specified in the following paragraph. 9.1.2 Slabs Slabs may be cured by covering with sheeting materials or by spraying with membrane curing compound. Sheeting materials used for curing slabs shall conform to ASTM Designation C 171 and may be waterproof paper, white opaque polyethylene film or white burlap -polyethylene sheet. All surfaces shall be thoroughly wetted with a fine spray of water before being covered with the sheeting material. Covering shall be laid with light-colored side up. Covering shall be lapped not less than 12 inches and securely weighted down or shall be lapped not less than 4 inches and taped to form a continuous cover with completely closed joints. Sheets shall be weighted to prevent displacement or billowing from winds. Coverings shall be folded down over exposed edges of slabs and secured by approved means. Sheets shall be immediately repaired or replaced if tears or holes appear during the curing period. Curing compound shall conform to ASTM Designation C 309, Type 2, white pigmented, except where the concrete is to receive subsequent treatment. In such cases a compound which will not interfere with adhesion of the subsequent treatment shall be used or curing shall be by covering with sheeting as specified above. The compound shall be applied on damp surfaces as soon as the moisture film has disappeared. The curing compound shall be applied by hand- operated pressure sprayers. The compound shall be applied in a two -coat, continuous operation at a coverage of not more than 300 square feet per gallon for each coat. The second coat shall be applied in a direction approximately at right angles to the direction of the first coat. The compound shall form a uniform, continuous, adherent 1 2655-91 4 - 7 film that shall not check, crack, or peel, and shall be free from pinholes or other imperfections. Surfaces subjected to rainfall within 3 hours after compound has been applied, or surfaces damaged by subsequent construction operations within the curing period shall be immediately resprayed at the rate specified above. Surfaces coated with curing compound shall be kept free of foot and vehicular traffic, and from other sources of abrasion and contamination during the curing period. 9.2 PROTECTING Concrete shall be protected against all adverse conditions, including weather, and against mechanical damage, until ,completion of the project. Any such damage incurred shall be promptly repaired by the Contractor at his own expense, in a manner approved by the Owner. Concrete shall be protected against low temperatures by maintaining a placement temperature not less than 500 F. and by maintaining a temperature of not less than 450 F. for three (3) days after placement. Concrete shall also be protected against extremes of high temperature, low humidity and wind movement, by means of the curing methods specified herein or other methods approved by the Owner. It shall be the responsibility of the Contractor to anticipate, as nearly as possible, changes in weather conditions which would affect the placement and protection of the concrete. He shall be prepared at all times with proper materials, equipment and personnel, to protect freshly placed concrete when sudden changes in the weather make such protection necessary. Failure to have available proper materials, equipment or personnel for expeditious placement and adequate protection of the concrete will be grounds for postponement of placing of concrete. 10. EMBEDDED ITEMS All anchor bolts, pipe, pipe sleeves, conduit, manhole frames, grating angles, anchors, insets or other fixtures required by the plans or these specifications to be embedded in the concrete shall be accurately set in place and securely maintained in such positions during placement of concrete. It shall be the responsibility of the Contractor to coordinate the work of all trades or subcontractors to the end that all such items are properly placed prior to placement of any concrete. 11. CLEANING OF STRUCTURES Upon completion of the structures, they shall be thoroughly cleaned of all debris and dirt and the exposed surfaces washed down. The Contractor shall furnish all piping, hoses, pumps and other equipment required to wash the exposed concrete surfaces. END OF SECTION 2655-91 4 - 8 SECTION 5 FENCING 1. GENERAL The work covered by this section of the specifications includes all fencing at the project site. The Contractor shall furnish all materials, labor, superintendence, tools, equipment and incidentals necessary to accomplish this construction in accordance with the drawings and these specifications. All materials covered by these specifications shall be of domestic origin. Shop Drawings shall be submitted showing complete details of the proposed installation. The Contractor is expected to inspect the site of the work prior to bid and inform himself of the necessary quantities of materials, type of materials and modifications necessary to the existing fence for the installation of gates as shown on the drawings. 2. MATERIALS 2.1 WIRE FABRIC The chain link fabric shall conform to the applicable requirements of Federal Specification RR-F-191/1A, as modified herein, for Type I (zinc -coated steel) or Type II (aluminum -coated steel). Zinc coating shall have a minimum weight of 2.0 ounces per square foot of uncoated wire surface. Aluminum coating shall have a minimum weight of 0.40 ounces per square foot of uncoated wire surface. The fabric shall be 72 inches high and shall be No. 9 gauge with 2-inch mesh. The fabric shall be twisted and barbed at bottom selvage and twisted and barbed at top selvage. 2.2 BARBED WIRE All barbed wire shall conform to the applicable requirements of Federal Specification RR-R-191/4A, (zinc or aluminum coated steel). Barbed wire shall be 2-strand twisted No. 12� gauge wire with 4-point barbs of No. 14 gauge spaced 4 to 6 inches apart. Zinc Coating shall have a minimum weight of 0.80 oz. per square foot of wire surface on No. 12� gauge wire and 0.60 oz . per square foot on the No. 14 gauge barbs. Aluminum coating shall have a minimum weight of 0.30 ounces per square foot for wire and 0.25 ounces per square foot for barbs. Three strands of barbed wire on 45-degree support arms are required for all exterior fencing at the site. Three strands of barbed wire on vertical extension arms are required for the gates. 2.3 POSTS, TOP RAILS AND BRACES Posts, top rails and braces shall be zinc -coated steel and shall conform to all applicable requirements of Federal Specification RR-F-191/3A as modified herein. Chain -link fence posts, top rails and braces shall be of the following types and classes as specified: 1 2655-91 5 - 1 Type I - Posts Class 1 - Steel Pipe Class 2 - Formed Steel Class 4 - Steel H Sections Class 5 - Steel Square Sections Type II - Top Rails Class 1 - Steel Pipe Class 2 - Formed Steel Type III - Braces Class 1 - Steel Pipe Class 2 - Formed Steel End, corner and pull posts shall be as specified in Federal Specification RR-F-191/3A except all such posts for 6 foot fabric shall be 2.875" O.D. pipe, 5.79 lbs. per foot, or 2.5" square, 5.7 lbs. per foot, or formed steel 3.5" by 3.5", 5.10 lbs per foot. Intermediate line posts for 6 foot fabric shall be 2.375" O.D. pipe, 3.65 lbs. per foot, or H-section weighing at least 4.10 lbs. per foot or formed steel heavy "C" section, 2.25" by 1.70 ", 2.64 lbs, per foot (45,000 psi yield). Steel pipe used for top rails and braces shall be 1.660" O.D. or larger and shall weigh not less than 1.806 lbs, per foot, or formed steel "C" section 1.625" by 1.25", weight not less than 1.35 lbs. per foot. Weight of the zinc -coating shall be not less than 1.8 oz. per square foot. 2.4 CHAIN -LINK FENCE ACCESSORIES The following chain -link fence accessories shall be furnished as needed for modification to the existing fence and installed: Item 1 - Caps 2 - Rail and Brace Ends 3 - Rail Sleeves 4 - Wire Ties and Clips 5 - Brace Bands 6 - Tension Bands 7 - Tension Bars Item 8 - Tension 'Wire 9 - Truss Rods 10 - Barbed Wire 11 - Barbed Wire Support Arms 12 - Miscellaneous All accessories shall be in accordance with Federal Specification RR-FF-191/4A unless otherwise specified or shown on the drawings. Tension wire (No. 7 gauge) is not required at the bottom of fencing. 2.5 CONCRETE Concrete around posts shall be adequate to maintain the posts truly plumb under the stresses imposed and shall have a 28-day compressive strength of not less than 2,500 psi. 2655-91 5 - 2 1 3. EXECUTION 3.1 GENERAL The fence shall be constructed as specified herein, and all work shall be performed in a workmanlike manner satisfactory to the Owner. The finished fence shall be plumb, taut, true to line and ground contour, and complete in every detail. 3.2 CLEARING FENCE LINE The site of the gate installation shall be sufficiently cleared of obstructions, and surface irregularities shall be graded so that the fence will conform to the general contour of the ground. The fence line shall be cleared to a minimum width of 2 feet on each side of the centerline of the fence. This clearing shall consist of the removal of all built-up soil or other obstructions which will interfere with proper construction of the fence. The bottom of the fence shall be placed a uniform distance of 2-inches above the ground. The work shall include the handling and disposal of all material cleared, excavated or removed, regardless of the type, character, composition or condition of such material encountered. Existing fabric and posts removed for the gate construction shall remain the property of the Owner. 3.3 INSTALLING POSTS All posts shall be spaced not more than 10 feet apart. Terminal (end, corner, pull and brace) and gate posts shall be set in a 36 inch concrete bases. All line posts shall be set in a 30 inch concrete base. The tops of the concrete bases shall be slightly above grade, trowel finished, and sloped to drain away from the posts. Holes of full depth and size for the concrete bases for posts shall be dug to the size and depth as specified. All post settings shall be done carefully so that all posts shall be vertical'and in true alignment and rigidly secured in position. Diameter of the holes shall be not less than 9 inches nor 3 times the diameter of the post. On terminal (end, corner, pull and brace) and gate posts, the post tops and brace rail clamps around the posts shall be placed before setting the posts in concrete bases. In setting the gate posts, great care must be taken to make sure that gate posts are set the exact distance apart as required by the gates furnished. A line drawn across from the top of one gate post to the other must be level, regardless of the grade at the ground line. If the ground is not level, the upgrade gate post shall be set first to get the proper height for the downgrade gate post. The concrete bases for end, corner, pull, brace and gate posts shall be placed first and allowed to cure for 14 days. The concrete bases for line posts shall be allowed to cure for 7 days. Stretcher bar bands and truss bands as specified shall be spread and slipped on end, corner, pull, brace and gate posts as the next operation. Post tops are then inserted on all posts. No extra compensation shall be made for rock excavation, if encountered, Rock excavation shall not be grounds for extension of time. 1 2655-91 5 - 3 3.4 INSTALLING TOP RAILS A rail clamp shall be assembled on the end, corner or gate post, as the case may be, The end of the rail already placed shall be butted into the clamp and fastened. The top rail shall be installed along the run of the fence and the various sections joined with sleeve couplings. An expansion coupling shall be placed in the top rail to take care of expansion and contraction in the rail, if the distance from the new gate post to an expanson coupling in the existing top rail is more than 100 feet. The rail shall be clamped in the end, corner or gate post at the end of the run of the installation of top rail. 3.5 INSTALLING BRACES All horizontal braces shall be attached together with truss rods at all terminal (end, corner and pull) and gate posts to the brace posts. 3.6 CORNER POSTS Corner posts shall be placed at each horizontal angle point. Corner posts shall have braces and truss rods as specified. 3.7 INSTALLING FABRIC The fabric shall be unrolled on the outside of the fence line with the bottom edge of the fabric against the posts. The various lengths shall be spliced by bringing the ends close together and weaving in a picket in such a way that it will engage both of the roll ends and catch with each twist each separate mesh of the end pickets of both rolls of fabric. The fabric shall be raised and tied loosely to the top rail with a temporary tie wire at intervals of about 20 feet. The fabric shall be installed by a method approved by the Owner. One method used is given below. 3.7.1 At end, corner or gate posts, the stretcher bar shall be slipped through the end picket of the fabric and the stretcher bar bands at the same time. Then the bolts in the stretcher bar bands shall be tightened. Additional rolls of fabric shall be spliced and placed as the erection progresses along the fence. 3.7.2 In long sections, the fence shall be stretched at intervals of about 100 feet. After the stretching is complete, the fabric shall be tied to the top rails with No. 9 gauge galvanized wire clips securely clinched at the back of the rail. The fastenings shall be spaced not more than 24 inches on centers for the top rail. 3.7.3 The fabric shall be attached to the line posts with No. 9 gauge galvanized wire clips securely clinched to the back of the line posts. The fastenings shall be spaced not more than 14 inches on centers for line posts. The topmost clip shall be placed on the line posts as near the top of the fabric as possible and the lowest clip as near the bottom of the fabric as possible. 2655-91 5 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.7.4 At terminal (end, corner and pull) and gate posts the fabric shall be fastened with stretcher bars and bands. The fastenings shall be spaced not more than 14 inches on centers for terminal (end, corner and pull) and gate posts. The topmost band shall be placed on these posts as near the top of the fabric as possible and the lowest band as near the bottom of the fabric as possible. END OF SECTION 2655-91 5 - 5 (THIS PAGE LEFT BLANK INTENTIONALLY) I SECTION 6 PAINTING 1. GENERAL This section of the specifications governs the materials, accessories, surface preparation and application of paints and protective coatings required for plant equipment including all exposed metals, as specified herein or as shown on the drawings. 2. SCOPE The Contractor shall supply all labor, materials, tools, ladders, scaffolding and other items necessary for the completion of sandblasting, cleaning, painting, clean-up, and other related work in the project. Surfaces and areas to receive paint or other finish shall be as specified herein or as noted on the drawings. Bronze, chromium, nickel, stainless steel, aluminum, and Monel items shall not be painted or finished unless otherwise specified. Submersible fuel pumps shall not be field painted except for touch-up of marred or scratched coatings. The primary items to be painted shall consist of the steel dispenser island form, steel pipe bollards and steel vent pipe risers. Marred coatings on dispensers, other prefinished appurtenances and the specified pre-engineered building shall be touched -up with approved paint of the same color. Other surfaces may require painting although not specifically listed herein. 3. APPROVAL OF MATERIALS Contractor shall at least 30 days in advance of starting of work, submit to Owner for his approval, a complete list of the manufacturer's products that he proposes to use, together with trade names of specific articles to be used and formulas if required by the Owner. It is understood, however, that no general approval of such schedule shall constitute a waiver of any specific requirement of this specification. After approval is obtained from the Owner, no substitution whatsoever will be made. 4. STORAGE All materials used on the job shall be stored in a single place designated by the Contractor. Such storage place and its surroundings shall be kept neat and clean. Any oily rags, waste, etc., must be removed from the building every night, and every precaution taken to avoid the danger of fire. Storage shall not be within 100 feet of any of the Owner's buildings. 5. MIXING All materials shall be delivered in original sealed containers with labels attached and remain unopened until inspected and approved by the Engineer. 11 2655-91 6 - 1 1 Materials shall be thoroughly mixed and no paint, varnish, stain or enamel shall be reduced or adulterated in any way except as specified. Thinner, if required, shall be product of, or type recommended by, the manufacturer of the material to be thinned. 6. MISCELLANEOUS SURFACES Miscellaneous surfaces which ordinarily require painting, which occur in painted or finished areas and which may not be specifically noted to receive paint or no other finish, shall be finished to conform to the area in which they are located. 7. COLOR SCHEDULE The color schedule for the various areas and surfaces shall be furnished by the Owner after award of contract. 8. WORKMANSHIP The workmanship shall be of the very best, all materials shall be evenly spread and smoothly flowed on without runs or sags. Only skilled mechanics shall be employed. All surfaces to be painted shall be cleaned free of loose dirt and dust before painting is started, and no sweeping shall be done near places where paint or varnish has not dried dust free. Except where sandblasting is required, all metal surfaces shall first be washed with mineral spirits to remove any dirt or grease, before applying materials. Where rust or scale is present, it shall be wire- brushed or sandblasted clean and smooth before painting. Shop coats of paint that become marred shall be cleaned and touched up with the primer specified. Note particularly the surface preparation required for submerged metal as hereinafter specified. All undercoats of paint shall be of a lighter shade than the final coat All coats shall be thoroughly dry before applying succeeding coats. All work where a coat of material has been applied must be inspected by the Owner before the application of the succeeding, specified coat, otherwise no credit for the coat applied will be given, and the Contractor automatically assumes the responsibility to recoat the work in question. The Contractor will furnish the Owner a report of the particular coat applied when ready for inspection and approval to comply with the above. No painting shall be done outside in extreme cold, frosty, foggy or damp weather, or when sand is blowing. No coats of paint shall be applied on either wet or damp surfaces and in no case until preceding coat is dry and hard. 2655-91 6 - 2 Where interior or exterior metals are primed in the mill or shop, the materials shall in every case be that specified for such surfaces, and shall be used in accordance with the manufacturer's directions for the first or prime coat. All adjacent work and materials shall be protected by suitable covering or other methods during the progress of the painting. Upon completion of the work, all paint and varnish spots shall be removed from the floors, glass, hardware, and other surfaces. All rubbish and accumulated materials of whatever nature shall be removed from the site as the painting progresses. 9. RETOUCHING Shall be done where required, whether defects are due to painter negligence or due to negligence or necessities of others. If necessary to prevent retouching from showing to an extent not acceptable to the Owner, the entire equipment unit, door frame, or other piece of work involved shall be repainted. 10. COVERING SHALL BE COMPLETE When color, stain, or undercoats show through the final coat of paint the work shall be covered by additional coats until the surface is of uniform color and appearance and coverage is complete. Where two or more coats of paint are required, the one prior to the finish coat shall be applied noticeably lighter in shade than that of the final coat. 11. HARDWARE, ACCESSORIES, FIXTURES AND SIMILAR ITEMS All hardware, fixtures, etc., placed prior to painting shall be removed or adequately protected during painting and replaced on completion of painting. 12. TOUCH UP At completion of painting, touch up and restore finish where damaged or defaced, remove all paint where it has been spilled, splashed, splattered on surfaces, and leave job in a first class condition. 13. AFFIDAVITS The Contractor shall furnish affidavits from manufacturers of materials, if requested by the Owner, certifying that materials delivered to the project conform to the requirements of these specifications. Affidavits shall also be furnished, if requested, certifying that shop cleaning, priming and painting has been accomplished in accordance with the requirements of this section of the specifications. 9 2655-91 6 - 3 14. ITEMS TO BE PAINTED I 14.1 METAL WORK All metal work such as piping, valves, handrails, equipment, miscellaneous structural steel items, and other metal items except as specifically excluded in Paragraph 2, above, shall be painted. 15. PREPARATION OF SURFACES 15.1 GENERAL All surfaces to be painted shall be properly prepared as specified and as required for the paint which is to be applied. 15.2 METALWORK, EXTERIOR Exterior metal items which have not received shop coats shall receive a commercial sandblast, in accordance with Steel Structures Painting Council (SSPC) Specification SSPC-SP6. Exterior metal items which have received shop coats shall be cleaned of all dirt, rust and loose prime coat. All bare or abraded spots shall be spot primed as required to properly prepare the items for finish coats. 16. MATERIALS All paint shall be the products named herein or other paints of equal quality and durability specifically approved in writing by the Owner. In no case will paints of different types other than that specified for the various applications be allowed. Color selections will be by the Owner. All paints mentioned herein by trade name are products of Wisconsin Protective Coating, Inc., Green Bay, Wisconsin. Reference by trade shall be regarded as establishing the type of paint system required for the various uses and to establish a standard of quality. It is not intended to limit competition and equal products by Amercoat, Cook, Mobil, Koppers, or PPG Industries or other equal products will be acceptable upon approval by the Owner. The Contractor shall submit complete information regarding materials proposed for use to the Owner for approval. 17. PAINT SYSTEMS 17.1 METALWORK, EXTERIOR 1st coat - Plasite 7103 Heavy Duty, Hi -Resistant Metal Primer, 2 mils dry thickness 2nd coat - Plasite 7122 Hi -Resistant Protective Coating, 4 mils dry thickness 3rd coat - Same as second coat 2655-91 6 - 4 18. INSPECTION AND SUPERINTENDENCE 18.1 GENERAL Sandblasted surfaces shall be inspected and approved by the Owner prior to paint application. No primer or subsequent coat of paint shall be applied until the surface has been approved by the Owner. All intermediate coats shall be tinted a different shade than the final coat to assist in inspection. No credit will be given for any coat of paint not inspected by the Owner prior to application of the succeeding Coat. 18.2 FILM THICKNESS The Owner will make film thickness measurements on all metal to insure that all coats are applied at proper thicknesses and that all completed paint systems are of the specified minimum thicknesses. Additional coats of paint shall be applied at no additional cost to the Owner in areas deficient in film thickness. 19. GUARANTEE The Contractor shall guarantee all painting for a period of 12 months after the date of final acceptance of the project. Any painted surface which reveals blisters, flaking, rusting or other imperfections within the 12-month guarantee period shall be cleaned and repainted in accordance with these specifications at no cost to the Owner. Such cleaning and repainting shall be accomplished within 30 days after the date of notification by the Owner. END OF SECTION 1 1 1� F 4 _ 1 2655-91 6 - 5 (THIS PAGE LEFT BLANK INTENTIONALLY) I SECTION 7 PRE-ENGINEERED BUILDINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Pre-engineered and shop fabricated structural steel building frame. B. Metal wall and sloped roof system including Fascia trim and rib closures. C. Note to Bidders 1. The foundation is designed for any pre-engineered building using the configuration shown, including mainframe, endwall, braced bays, etc. 2. General Contractor shall provide final design reactions and anchor bolt locations to the Owner for his review and approval as it concerns the foundation design. 3. If the General Contractor's proposal is based on a pre-engineered building which requires foundations of different size, location and/or number than shown on the drawings, the General Contractor's proposal shall include all costs associated with the revised foundation. D. Excavating, filling and grading. E. Concrete, reinforcing and accessories. 1.2 ADDITIONAL PRODUCTS TO BE INSTALLED UNDER THIS SECTION A. Anchor bolts. 1.3 RELATED SECTIONS A. Section 4 - Concrete for Minor Structures. B. Standard Steel Doors and Frames: Hollow metal door frame installation at pre-engineered building exterior walls. See drawings. 1.4 REFERENCES A. AISC - Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. B. ASTM A36 - Structural Steel. C. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. D. ASTM A325 - High Strength Bolts for Structural Steel Joints. E. ASTM A386 - Zinc -coating (Hot -Dip) on Assembled Steel Products. F. ASTM A446 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality. G. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. H. ASTM A501 - Hot Formed Welded and Seamless Carbon Steel Structural Tubing. 1. ASTM A525 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, General Requirements. J. ASTM A529 - Structural Steel with 42,000 psi (290 MPa) Minimum Yield Point. K. AWS A2.0 - Standard Welding Symbols. 1 2111-91 7 - 1 L. AWS D1.1 - Structural Welding Code. M. FS HH-I-521 - Insulation Blankets, Thermal, Mineral Fiber. N. SSPC - Steel Structures Painting Council. 0. ACT 301 "Specifications for Structural Concrete for Buildings"; ACI 347 "Recommended Practice for Concrete Formwork"; ACI 304 "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete"; comply with applicable provisions except as otherwise indicated. 1.5 SYSTEM DESCRIPTION A. Dimensions as shown on plans. B. Primary Framing: Post and beam with x-bracing. C. Secondary Framing: Purlins, girts, eave struts, flange bracing, clips, and other items as required or detailed. D. Wall and Roof System: Preformed metal panels of horizontal vertical profile, with sub -girt framing/anchorage assembly, insulation and accessory components. E. Roof Slope: As shown. 1.6 DESIGN REQUIREMENTS A. Members to withstand 5 psf collateral dead load, 20 psf live load, and design loads due to pressure and suction calculated by using a basic 80 mph wind speed and MBMA wind load coefficients. B. Exterior wall and roof system to withstand imposed loads with maximum allowable deflection of span: L/240. C. Provide drainage to exterior for water entering or condensation occurring within wall or roof system. D. Assembly to permit movement of components without buckling, failure of joint seals, undue stress on fasteners or other detrimental effects, when subject to temperature range of 100 degrees F. E. Size and fabricate wall and roof systems free of distortion or defects detrimental to appearance or performance. F. Roof system shall be designed to have a UL uplift rating of Class 60. G. Concrete shall reach a minimum 28-day compressive strength of 3,000 psi, except as noted otherwise. 1.7 SUBMITTALS A. Submit under provisions of Section 1. B. Shop Drawings: Indicate assembly dimensions, members, connections, attachments, openings, calculations, column reactions and ancho templates. locations of structural cambers, loads, design r bolt patterns with C. Indicate wall and roof system dimensions, panel layout, general construction details, anchorages and method of anchorage, method or installation. D. Indicate framing anchor bolt settings, sizes, and locations from datum, and foundation loads. E. Indicate welded connections with AWS A1.1 welding symbols. Indicate net weld lengths and thickness. F. Product Data: Provide data on profiles, component dimensions, fasteners. G. Manufacturer's Installation Instructions: Indicate preparation requirements and assembly sequence. 2655-91 7 - 2 1.8 QUALITY ASSURANCE A. Fabricate structural steel members in accordance with AISC - Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum three years experience. B. Design structural components under direct supervision of a professional structural engineer experienced in design of this work and licensed in the State of Texas. 1.10 REGULATORY REQUIREMENTS A. Cooperate with regulatory agency or authority and provide data and calculations as well as sealed engineering drawings as required for acquiring a building permit. 1.11 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.12 WARRANTY A. Provide five year warranty. B. Warranty: Include coverage for exterior pre -finished surfaces to cover pre -finished color coat against chipping, cracking or crazing, blistering, peeling, chalking, or fading. C. Warranty: Include coverage for weather tightness of building enclosure elements after installation. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS - BUILDING SYSTEM A. Butler Building Systems B. Vareo-Pruden Building Systems C. Star Building Systems D. Substitutions: In accordance with Section 1. 2.2 MATERIALS A. Structural Steel Members: ASTM A36. B. Structural Tubing: ASTM A500, Grade B. C. Plate or Bar Stock: ASTM A529. D. Anchor Bolts: ASTM A307, unprimed. E. Bolts, Nuts, and Washers: ASTM A325. F. Welding Materials: AWS D1.1; type required for materials being welded. G. Primer: SSPC 15, Type 1, Red Oxide. H. Insulation: Walls and Roof - Roll glass fiber type, faced with white vinyl UL flame spread classification of 25 or less where exposed, R- 11 value. Support insulation with poultry netting. I. Joint Seal Gaskets: Manufacturer's standard type. 2655-91 7 - 3 J. Fasteners: Manufacturer's standard type, galvanized to ASTM A386 1.25 2.0 oz/sq ft, finish to match adjacent surfaces when exterior exposed. K. Bituminous Paint: Asphaltic type. L. Sealant: Manufacturer's standard type, non -staining, elastomeric, skinning. M. Metal Mesh or Straps: Galvanized steel wire, woven. N. Metal doors and frames: 1. Personnel Doors: Leaf - 1-3/4", 20 ga. hot dipped galvanized steel. a. Flush, foam core, primed. b. Frame - provide posts, jambs, header, reinforcements, sill plate, clips, extensions. Knock down or welded, 5-3/4" x 2" plus rabbets double return, 16 ga. galvanized. Frames painted over phosphatized surface. Posts and extensions primed. c. Weatherstripping - bottom to be concealed sweep of EPDM material, perimeter to be factory installed TPE or PVC bubble. d. Hardware 1) Hinges: lh pr 4h x 4h steel, full mortise .134" thick, plain bearing, non -removable button tip pin, 26D dull chrome finish. 2) Lockset: Cylindrical, Fed. Spec. FF-H-106, Series 161 equal to Sargent 24-28-6GO5-LN-26D, keyed alike, 26D dull chrome finish. e. Threshold - aluminum, coped to fit. 0. Wall Louvers: Blade design prefinished with steel mesh insect screen and frame. Provide trim to match building fascia. P. Concrete Materials: 1. Portland Cement: ASTM C 150, Type I. 2. Aggregates: ASTM C33. 3. Water: Clean, free of ails, acids, organic matter. 4. Air -Entraining Mixture: ASTM C 260. Q. Reinforcing Materials: 1. Reinforcing Bars: ASTM A 615, Grade 60. 2. Welded Wire Fabric: ASTM A 185. R. Form Materials: 1. Exposed Concrete Surfaces: Acceptable panel -type to provide continuous, straight, smooth finish. Use largest practical sizes to minimize form joints. 2. Unexposed Concrete Surfaces: Suitable material, dressed on at least two edges and one side for tight fit. 2.3 FABRICATION - FRAMING A. Framing 1. Fabricate members in accordance with AISC Specification for plate, bar, tube, or rolled structural shapes. 2. Anchor Bolts: Formed with straight shank, assembled with template for casting into concrete. 3. Provide framing for all openings. B. Wall and Roof Systems 1. Siding: Panels shall be 3' wide with 4 major corrugations 1�" high, 12" on center with 2 minor corrugations between each of the major corrugations the entire length of the panel. Minimum 26 2655-91 7 - 4 1 1 1 i 1 1 1 1 1 1 1 1 1_ 1 gauge metal thickness, equal to Butler Butlerib II wall panel system. Galvalume 2. Roofing: Similar to siding panels; minimum 24 gauge metal thickness. Finish as selected by Owner from manufacturer's standards. Kynar or equal. 3. Girts/Purlins: Rolled formed structural shape to receive siding, roofing and liner sheet. 4. Internal and external Corners: Same material thickness and finish as adjacent material, profile brake formed to required angles. Back brace mitered internal corners with 24 gauge thick sheet. 5, Flashings, Closure Pieces, Facia, Infills, and Caps: Same material and finish as adjacent material or as noted, profile formed as detailed or standard profile if not detailed. 6. Fasteners: To maintain load requirements, and weathertight installation, same finish as cladding, non -corrosive finish. 2.4 FINISHES A. Framing Members: Clean, prepare, and shop prime. B. Exterior Surfaces of Wall and Roof Components and Accessories: Precoated enamel on steel of modified silicone finish, color as selected by Owner from manufacturer's standard range. Roof color shall be as selected by Owner from manufacturer's standard range. C. Interior Surfaces of Wall and Roof Components and Accessories: Precoated enamel on steel of modified silicone finish. Color as selected by Owner from manufacturer's standard color finish. 2.4.1 Concrete Finishes A. Floor Slabs: Such surfaces shall be finished by carefully grading with wood floats. Screeds shall be set as required to insure that the true surfaces, accurate to grade, are secured. After floating, the surfaces shall be trowelled to a hard, smooth finish. 2.4.2 Chemical -Hardener Finish A. Chemical Floor Hardener: Provided liquid chemical floor hardener equal to the following: 1. A. C. Horn/W.R. Grace "Hornolith" 2. Soneborn-Contech "l.apidolith" 3. Approved equal. B. Apply chemical -hardener finish to dry interior concrete floors. Apply liquid chemical hardener after complete curing and drying of the concrete surface. Dilute the liquid hardener with water, and apply in 3 coats: first coat, 1/3 strength; second coat, 1/2 strength; third coat, 2/3 strength. Evenly apply each coat, and allow 24 hours for drying between coats. C. Apply proprietary chemical hardeners in accordance with the manufacturer's printed directions. D. After the final coat of chemical -hardener solution is applied and dried, remove surplus hardener by scrubbing and mopping with water. I2 ""l 7 - 5 PART 3 EXECUTION 3.1 EXCAVATION, FILLING AND GRADING A. Verify site conditions before commencing work. Start of installation means acceptance of existing conditions. B. The earth work required under this specification section consists of excavating, filling and grading work and related items necessary to complete the building as indicated on the plans. All excavating, filling and grading work shall conform to the requirements of Section "Details of Construction, Subsection 2 Earth Work", and to the following requirements. C. Providing bracing and shoring as required in excavations, to maintain sides. Maintain until excavations are backfilled. 3.2 EXCAVATION A. Strip topsoil from building area to a depth of 6 inches, or more if required to remove vegetation roots. Topsoil shall not be used for fill under slabs. B. Unauthorized excavations (removal of materials beyond indicated subgrade elevations) may be filled and compacted with acceptable material, filled with lean concrete, or corrected by extending the indicated bottom elevation of the footing to the lower elevation, as directed by the Owner. C. Stockpile acceptable excavated materials in sufficient quantity, until required for backfill and grading. D. Excavate for structures to elevations and dimensions shown, extending excavation a sufficient distance to permit placing and removal of forms and for other work and for inspection. Trim bottom to required lines and grades to provide solid base to receive concrete. E. If unsatisfactory soil materials are encountered at design elevations, continue excavation as directed by the Owner. 3.3 FILL MATERIALS A. Type A - Sand: Natural river or bank sand; free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSI/ASTM C136. B. Type B - Select Fill: Soil types GW, GP, SM, SW or SP with a liquid limit less than 30 and PI between 4 and 12. Material shall be free of rocks and lumps larger than 3 inches. C. Concrete: lean concrete with a compressive strength of 2500 psi. 3.4 BACKFILL AND FILL A. Backfill excavations as promptly as work permits. B. Prepare ground surface to receive fill by removing debris. Scarify as required so that fill material will bond with existing surface. C. Do not place materials on surfaces that are muddy, frozen, or contain ice or frost. D. Fill under slabs shall be built up in horizontal layers of 6 inches and compacted as specified above for backf ill. Dress fill level with underside of slabs so concrete will be full thickness as shown. E. Provide 2" layer of clean sand, free from loam, immediately below floor slab. 2655-91 7 - 6 F. Remove excess excavated materials, trash, debris, and waste material from the site. 3.5 COMPACTION A. Compact each layer of backfill and fill soil materials as follows: 1. Slab -On -Grade a. Type B fill, thickness as required, compacted to 95 percent of maximum density as determined by AASHTO T-180. b. Cover with Type A fill, 2 inches, compacted to maximum practical density. 2. Fill to Correct Over -Excavation at Foundation Bottoms a. Lean concrete to minimum compressive strength of 2500 psi. 3. Fill Over Excavation of Slab -on -Grade and Foundation Sides a. Type B fill, compacted to 95 percent or lean concrete. B. Apply water to surface of subgrade or layers of soil material if �+ required. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. 3.6 PROTECTION Protection structures, utilities, sidewalks, pavements, and other facilities in areas of work. Barricade open excavations. 3.7 CONCRETE PROPORTIONS AND PLACEMENT A. Provide concrete mix design with a maximum water cement ratio of .55 and a minimum cement content of 470 pounds per cubic yard. B. Place concrete by direct chute, conveyor or specially designed equipment. Place concrete as nearly as possible in final location. In no case allow concrete to drop over 4 feet. C. Do not place concrete when outside air temperature is below 40 degrees F. or over 90 degrees F. D. All concrete work required shall be constructed in a neat and workmanlike manner in accordance with the details shown on the drawings and in accordance with this section of these specifications. 3.8 ERECTION - FRAMING A. Verify that foundation, floor slab, mechanical and electrical utilities and placed anchors are in correct position. B. Erect framing in accordance with AISC Specification. C. Provide for erection and wind loads. Provide temporary bracing to maintain structure plumb and in alignment until completion of erection and installation of permanent bracing. Locate braced bays as indicated. D. Do not field cut or alter structural members without approval of the pre-engineered building manufacturer and the engineer of record. E. After erection, touch up all welds and abrasions with primer. Surfaces not originally shop primed should be primed after erection. 3.9 ERECTION - WALL AND ROOFING SYSTEMS A. Install in accordance with manufacturer's instructions. B. Exercise care when cutting prefinished material to ensure cuttings do not remain on finish surface. 11 2655-91 7 - 7 C. Fasten cladding system to structural supports, aligned level and plumb. D. Locate end laps over supports. End laps minimum 2 inches. Place sidelaps over bearing. E. Provide expansion joints where indicated. F. Use concealed fasteners. G. Install insulation and vinyl vapor barrier utilizing wire mesh for attachment. Place wire mesh under vinyl for support between framing members. H. Install sealant and gaskets to prevent weather penetration. I. Install accessories in accordance with manufacturer's instructions. J. System; Free of rattles, noise due to thermal movement and wind whistles. 3.10 INSTALLATION - ACCESSORIES A. Install door frames, doors, louver frames and louvers in accordance with manufacturer's instructions. B. Seal wall and roof accessories watertight and weather tight with sealant. END OF SECTION 2655-91 7 - 8 SECTION 8 COMPRESSED AIR SYSTEM 1. GENERAL 1.1 Conform with applicable provisions of the General Project Requirement. 1.2 SCOPE This section of the specifications pertains to the furnishing of all labor, materials, equipment, fixtures, trim, services, and accessories necessary and incidental to a complete system of compressed air piping throughout the areas as specified herein and as shown on the drawings. The system shall be connected to the air compressor and shall be run to the various outlets as shown on the drawings and as specified herein or required. 1.3 SUBMITTALS Submit manufacturer's data on all materials. 2. PRODUCTS 2.1 PIPING Compressed air piping shall be Type K Hard Drawn Copper with solder joint fittings. 2.2 VALVES Ball valves shall be Apollo or approved equal, 400 PSI, 3-piece bronze bail valve with solder ends, suitable for use with compressed air. " 2.3 AIR COMPRESSOR The air compressor shall be a single acting one or two stage reciprocating type. It shall be mounted on a receiver, belt driven, air cooled, and powered by an electrical motor and shall be furnished with a inlet filter and muffler. Cylinders shall be separately cast from each other and bolted to the crankcase for the ease of maintenance. Valves shall be readily accessible. A discharge line check valve shall be included in piping from unit. The compressor shall be unloaded every time the unit stops, regardless of the cause of shutdown. The unloader mechanism shall operate as a function of speed. Compressor delivery shall be 6 SCFM at 100 PSIG. Required compressor operating pressure shall be 125 PSIG. Before starting compressor, this contractor shall check to see that the crankcase contains oil. DRIVE MOTOR The drive motor shall be of the open drip proof induction type. It shall be 1-1/2 HP at 240V, 1-phase. DISCHARGE RECEIVER The compressor unit shall be mounted on an 30 gallon size ASME receiver. It shall include pressure gauge; safety service and drain valves; and a sturdy support base. Provide with relief valve, and drain valve. REGULATION Automatic start -stop control with pressure switch. Compressor shall start at 80 psi receiver pressure and shut off at 100 psi. STARTER Magnetic motor starter with overload protection. MANUFACTURER -Champion or approved equal. 2.5 UNDERGROUND HOSE REELS The underground hose reel box shall come complete with dual automatic rewind hose reels one for water and one for compressed air, hoses, hose guides with nylon rollers, brass shut off valves, etc. Hoses shall be 1/4" 25, air and 3/8" 25' water and have a working pressure of 250 lbs. The pit box shall be a heavy ribbed galvanized steel pit box with lockable split lid cover. The underground hose reel box and reels shall be as manufactured by Duro Manufacturing or approved equal. 2.5.1 Tire Inflator Dual chuck, Truck gauge, for dual tires, with extension cap for use on passenger tires by Lincoln #80423 or approved equal. 2.5.2 Water Nozzle Thumb -action Lincoln #846 3. EXECUTION trigger water bibb cock with built-in strainer by or approved equal. I 3.1 INSTALLATION OF PIPING SYSTEM All compressed air lines, and hose reels shall be run approximately as is shown on the drawings and as specified herein. Special attention shall be given to leaks at fittings and valves, and all valves shall be thoroughly examined and tested for leaks at the stems. 3.2 TRENCHING AND BACKFILLING See Section 2: Potable water Pipe. 3.3 FABRICATION OF PIPING JOINTS 3.3.1 Copper Tube Joints for copper tubing shall be made with soldered fittings. Solder shall consist of 95 percent tin and 5 percent antimony. Tubes shall be cut square with burrs removes. Outside surface of the tube where engaged in the fitting, and inside surface of the fitting in contact with the tube, shall be cleaned with an abrasive material before soldering. Care shall be taken to prevent annealing of tube and fittings when making connections. Solder joints shall be made with flux and wire form or paste - type solder. The flux for solder shall be mildly corrosive liquid or petroleum -based paste containing chlorides of zinc and ammonia. Core solder shall not be used. Excess solder shall be wiped from joint before solder hardens. Excess solder flux on the inside surface of the joint shall be avoided. 3.4 TESTING The contractor shall test the entire system at 150 PSIG for not less than 4 hours with no leaks. The contractor shall furnish all labor, material, and equipment required for making the test. The contractor shall at his own expense locate and repair or replace the defective joints, or replace defective pipe. The system underground piping shall be leak tested as noted above before the trench is backfilled. END OF SECTION 8 - 2 } SECTION 9 VEHICLE MAINTENANCE EQUIPMENT 1. GENERAL 1.1 Conform with applicable provisions of the General Project Requirement. 1.2 SCOPE This section of the specifications pertains to furnishing of all labor, materials, equipment, fixtures, trim, services, and accessories necessary and incidental to the systems shown on the drawings. 1.3 SUBMITTALS Submit manufacturer's data on all materials. 2. PRODUCTS 2.1 FUEL PUMP Provide and install in each fuel tank a submerged fuel pump. The pump shall be as manufactured by Red Jacket or approved equal. For bid purposes the tank diameter is 10.0" with 610" bury. The contractor shall coordinate the final tank diameter with the tank selected. Capacity shall be 40 GPM at system head. Pump motor shall be 3/4 HP, capacitor type, at 240v, 1-phase. Motor shall be hermetically sealed in a stainless steel shell. Pump discharge riser shall fit standard 4" pipe size. It shall include discharge check valve, air eliminator, expansion relief valve, syphon nozzle and venturi, syphon check valve, electrical connection junction box, and motor capacitor. The entire assembly shall be UL listed and shall be Class I. Group D. 2.2 LEAK DETECTOR Provide and install a Red Jacket XLP Piston leak detector or approved equal in the opening provided in the submersible pump. The detector shall detect leaks 3 GPH or greater. 2.3 FUEL DISPENSER Provide and install complete, fuel dispensers as shown on the drawings. Dispenser shall be a Tokheim Smooth -Flo Model 785-TW-CC with twin hoses or approved equal with 12 ft. hose with nozzle. Dispenser shall operate in conjunction with the submersible pump in the fuel storage tank. Dispenser panels shall factory finished in enamel. Hose shall be 1" diameter, smooth bore black rubber. Register shall be roller type 1000 gallon with 100,000 gallon totalizer. Dispenser shall have electric reset. Gasoline dispensers shall have internal spin -on filters rated for full flow of the dispenser. Dispensers shall have safety shut-off shear valve with union, pulser, solenoid valve, all other required valves, piping and fittings, auxiliary relays, and shall include all accessories necessary for connection with a card reader. Unit shall bear the UL label. Provide one set of spare filters 2.3.1 Provide and install a diesel fuel filter on the diesel fuel dispenser as shown on the drawings. The fuel filter shall be y a Velcon filter VF-61E with Aquacon filter cartridges or approved I 9 - 1 equal. 2.3.2 Provide and install in each fuel dispenser hose a Emco Wheaton A19 Safebreak coupling or approved equal. 2.3.3 Provide and install on each fuel dispenser hose an automatic shut-off nozzle. The nozzles shall be an OPW 11-AP, 13/16" OD spout for unleaded gasoline nozzles and an Emco Wheaton A2000 Truck Nozzle for the diesel nozzles or approved equal. The nozzle body and spout shall be constructed of aluminum with a full hand insulator and hold open rack. 2.3.4 Provide and install a dual swivel between the hose and nozzle. The dual swivel shall be a Tokheim Series 746 or approved equal. 2.3.5 Provide and install a Fueling hose retractor for each hose. The hose retractor shall be a Red Jacket Heavy Duty Hose Retractor on a 6'-6" pole, or approved equal. 2.4 TANK LEVEL MONITOR Provide .and install the EECOsystem by EMCO Wheaton with the Tank Level Monitoring Module or approved equal. The unit shall come complete with a microprocessor controller with battery powered memory backup, programmable automatic reporting, keypad, 2 line display, printer using standard rolled calculator paper, and a RS232 Interface with modem, auto dial, and modem control so the unit can be connected directly to the telephone lines. The unit shall be capable of increased capabilities such as having vapor leak monitoring, and line leak detection monitoring added at a later date by others. The unit shall report deliveries in gross gallons and temperature, and shall calculate net and gross usage. Unit shall be capable of a .2 GPH or less tank leak tests. The Unit shall be capable of monitoring a minimum of at least 3 tanks. The probe shall be of the magnetostrictive type with 2 floats/probes. Power Requirements: 120/60/1 with fused and surge protection. Unit shall bear UL label. Unit shall be EPA certified according to the "Standard Test Procedure for Evaluating Leak Detection Methods: Automatic Tank Gauging Systems". END OF SECTION 9 - 2 SECTION 10 RACEWAYS AND FITTINGS 1. GENERAL The work shall include furnishing and installing all rigid steel conduit and electrical metallic tubing, pull and junction boxes and outlet boxes, together with all supporting devices and other accessories required. 2. PRODUCTS 2.1 CONDUITS 2.1.1 Rigid Steel Conduit Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy or Allied. 2.1.2 Electrical Metallic Tubing (EMT) Steel tubing, galvanized outside and provided with a slick corrosion resistant interior `coating; UL listed and labeled according to Standard 797; conforming to ANSI Standard C80.3; Pittsburg, Republic Steel, Robroy or Allied. 2.2 CONDUIT FITTINGS 2.2.1 Couplings and Terminations for Rigid Steel Conduit Factory made steel threaded couplings; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. 2.2.2 Counlinas and Terminations for Electrical Metallic Tubin Join lengths of EMT with steel compression couplings. Attach EMT to boxes or cabinets with steel compression -type box connectors having an insulated throat with locknuts. Where grounding bushings are required at terminations, they shall be T & B Series 3802, or equivalent. Set screw type connectors or indent connectors will not be allowed. 2.2.3 Conduit Seals Provide and install conduit seals in accordance with Article 501 and 514 of the National Electric Code. Conduit seals shall be Killark series ENY, EYS, EY, or Crouse Hinds series EYS, EZS, ES.Sealing compounds shall be approved for the purpose and shall not be affected by the surrounding atmosphere or liquids, and shall not have a melting point less than 200 degrees F. In the complete seal, the minimum thickness of the sealing compound shall not be less than the trade size of the conduit, and in no case less than 5/8 inch. Splices and tape shall not be made in fittings intended only for sealing with compound, nor shall other fittings in which splices or taps are made be filled with compound. Where there is a probability that liquid or other condensed vapor may be trapped within enclosures for control equipment or at any point in the raceway system, approved means shall be provided to prevent accumulation or to permit periodic draining of such liquid or condensed vapor. 10-1 2.3 OUTLET BOXES 2.3.1 Sheet Steel Boxes Sheet steel not lighter than No. 14 gauge, galvanized after fabrication; Raco, Steel City or Appleton. 2.3.2 Cast Metal Boxes Cast iron or cast alloy with threaded hubs; Crouse -Hinds, Appleton or Pyle National. 2.3.3 Boxes for Hazardous Areas Cast metal boxes approved for the location in which used. 2.4 PULL AND JUNCTION BOXES Sheet steel, galvanized inside and outside, with galvanized covers. 2.4.1 Small Boxes For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. 2.4.2 Larcxer Boxes For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboard cabinets with covers of same gauge as boxes, secured with corrosion resistant bolts or screws. 3. EXECUTION 3.1 EXCAVATION Refer to specification SECTION 2, POTABLE WATER PIPE, 3.5 for excavation requirements in common utility trench. 3.2 BACKFILLING Refer to specification SECTION 2, POTABLE WATER PIPE, 4.0 for backfilling requirements in common utility trench. 3.3 INSTALLATION OF UNDERGROUND STEEL CONDUIT All steel conduit in earth shall be rigid galvanized steel conduit. 3.4 INSTALLATION OF RACEWAYS All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise. Conduits may be run exposed in prefabricated buildings. All other conduits shall be run concealed unless otherwise noted. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. 3.4.1 Types All conduits installed in wet or damp locations shall be rigid galvanized steel conduits. Above grade interior conduits shall be rigid galvanized steel conduit or electrical metallic tubing. Conduits installed below grade in slabs or buried in earth shall be rigid galvanized steel. All conduit entering hazardous area or passing through, shall be rigid galvanized steel. 3.4.2 sizes & Size and install raceways so that conductors may be drawn in without injury or excessive strain. Make field bends with approved bending devices. Do not install bends or offsets in T 10-2 is deformed injured. which conduit crushed, or otherwise 3.4.3 Wet Locations In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps. where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways. 3.4.4 Joining Rigid Conduits Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems. 3.4.5 Protection of Raceways Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. Provide permanent sealed raceways at future island location. 3.4.6 Penetrations Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to prevent passage of air, water, smoke and fumes. Filling material shall be fire resistive and, in general, similar to the basic building materials through which the raceway passes. 3.5 CONDUIT SUPPORTS Support Spacing: Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. 3.6 INSTALLATION OF OUTLET BOXES Usage: Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. 3.7 INSTALLATION OF PULL AND JUNCTION BOXES 3.7.1 Sizing Size all pull and junction boxes in accordance with NEC, using larger sizes than required by code where job conditions so indicate. 3.7.2 Mounting Fasten all boxes securely to the building construction, independent of conduit systems. On concealed conduit systems where boxes are not otherwise accessible, set box covers flush with finished surfaces for access. END OF SECTION 10-3 II (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 11 CONDUCTORS 1. GENERAL The work shall include the furnishing of all conductors, together with all splices, connections, identification, bundling, etc., including pulling devices. 2. PRODUCTS 2.1 CONDUCTORS 2.1.1 Type Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections; Okonite, Triangle, Anaconda or Simplex. No. S and larger shall be stranded; No. 10 and smaller shall be solid. 2.1.2 Insulation Branch circuits shall have type TW, THNN, THW, or RHW insulation unless the type is specifically designated or specified. 2.1.3 Circuits Subjected to Hicrh Temperatures Type RHH conductors for wiring for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. 2.2 JOINTS AND SPLICES 2.2.1 Stranded Copper Conductors UL approved solderless bolted pressure connectors or Thomas and Betts Series 54000 compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. 2.2.2 Solid Copper Conductors UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlok", Ideal or T & B r "Piggy" make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. 3. EXECUTION 3.1 WIRE PULLING Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. 3.2 CABLE LUBRICANTS a All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. 3.3 INSTALLATION OF WIRE 3.3.1 Feeders Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. 3.3.2 Branch Circuits Refer to drawings for branch circuiting requirements. 3.3.3 Sizes No wire shall be smaller than No. 12 except for signal or control circuits, and except for individual lighting fixture taps as permitted by the National Electrical Code. 3.3.4 Receptacle and Motor Branch Circuits No. 12 conductors unless noted or scheduled otherwise. 3.3.5 Joints and Splices Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with Okonite rubber tape, and Manson friction tape to make the insulation of the joint or splice equal to that of the conductor. In lieu of this, 3M Company's "Scotch" No. 33 vinyl plastic tape may be used if applied in at least four layers (half lapped in two directions), with all larger splices, terminals, sharp corners and voids being first protected by application of "Scotchfil" insulating putty. Conductor splices in wet locations shall be made in accordance with the conductor manufacturer's recommendations. 3.3.6 Bundling conductors Bundle all conductors in panelboards, cabinets and the like, using marlin twine lacing or nylon straps made for the purpose. Bundle conductors larger than No. 10 in individual circuits. Bundle smaller conductors in larger groups. 3.3.7 special system Conductors Provide all conductors for interconnection between fuel dispensers, pumps, level monitor, and card authorization systems. Follow manufacturer's recommendations for all control wiring requirements. Refer to drawings for separation requirements between data and power conductors. END OF SECTION 11-2 SECTION 12 WIRING DEVICES 1. GENERAL Furnish and install in suitable outlet boxes, the wiring devices indicated, complete with lamps, coverplates, etc. All shall be properly connected to conductors so as to be operable. 2. PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS The catalog numbers listed herein are generally of Hubbell manufacture. Equivalent devices of Arrow -Hart, Pass and Seymour or General Electric are also acceptable. 2.2 CLASSIFICATION All wiring devices shall be "Specification Grade", and shall be UL listed. 2.3 WALL SWITCHES For loads not exceeding 1500 watts at 120 volts. i DEVICE HUBBELL CATALOG NO Single pole wall switch 1201 2.4 RECEPTACLES Receptacle, 15 Ampere, 125 Volt, 2 Pole, 3 Wire Grounding Duplex: Hubbell No. 5262 or 5262-I (NEMA 5-15R). 2.5 COVERPLATES Provide coverplates for all wiring devices. For Surface Mounted Devices: Zinc -coated sheet metal with rounded or beveled edges, of same size as boxes, for indoor use; cast alloy plates with gaskets for outdoor use. 3. EXECUTION 3.1 MOUNTING HEIGHTS Mount receptacles at 18" AFF and wall swtiches at 4'-6" AFF. All mounting heights shall be installed with the centerline of the device at the indicated height. END OF SECTION I 1 (THIS PAGE LEFT BLANK INTENTIONALLY) I W/ SECTION 13 GROUNDING GENERAL Furnish and install the various grounding systems outlined herein in accordance with the National Electrical Code. 2. PRODUCTS Products for grounding systems are specified elsewhere herein. 3. EXECUTION 3.1 SERVICE AND EQUIPMENT GROUNDING Provide adequate and permanent service neutral and equipment grounding in accordance with the National Electrical Code, and subject to the following additional requirements. Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means. From the common point of connection of the service ground and equipment ground, run in conduit a combined service and equipment grounding conductor without joint or splice to the main water service pipe and connect it thereto with an approved bolted pressure clamp. Clean all contact surfaces thoroughly before connection, to assure good metal to metal contact. Where a dielectric fitting occurs on water main, connect the grounding conductor to the street side of the fitting. Bond the conduit to the grounding conductor at each end. Provide and install with ground clamps a No. 3/0 copper jumper conductor around the water meter. Size grounding conductors in accordance with National Electrical Code Tables 250-94 and 250-95. 3.2 GROUNDING RACEWAYS 1 Assure the electrical continuity of all metallic raceway systems, pulling up all conduits and/or iocknuts wrench tight. where expansion joints or telescoping joints occur, provide bonding jumpers. Where flexible metallic conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each non-metallic conduit. Provide grounding bushings on all service and feeder raceways terminating within panelboards, cabinets, and all other enclosures. 3.3 EQUIPMENT GROUNDING CONDUCTORS Provide a separate, green -insulated copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install the grounding conductor in the same raceway with the related phase and neutral conductors. Connect all grounding conductors to bare grounding bars in panelboards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC Table 250-95. END OF SECTION 13-1 J (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 14 ELECTRICAL DISTRIBUTION 1. GENERAL Provide all labor, material, equipment, and service necessary for and incidental to the complete electrical distribution system. 2. PRODUCTS 2.1 PANELBOARDS 2.1.1 Panelboard Cabinets Furnish and install cabinets to serve the various panelboards, of sizes as required to house the panelboards. Cabinet Construction: Rigidly constructed of sheet steel of gauges conforming to Underwriters' Laboratories Inc. requirements; corners overlapped or welded; edges turned over to receive trim. Cabinet Fronts: Cut from single sheet of not less than No. 12 gauge cold rolled sheet steel; fastened in place by adjustable trim clamps which will allow plumbing; same size as the cabinet box if surface mounted; size to overlap the box a minimum of 3/4" on all sides if flush mounted. Provide each door with a substantial flush, cylinder tumbler lock and catch. Finish: All back boxes galvanized; all exposed metal, including fronts, primed and finished in gray lacquer. 2.1.2 Panelboards Generally Mount all panelboards in cabinets as specified hereinbefore, arranged for or surface mounting as indicated on drawings. Where a circuit protective device is scheduled as a "spare", provide the device complete for operation. where such a device is scheduled as a "space" or "space only", provide proper space and all necessary connectors for future installation of the size of device scheduled. Where a breaker or switch is scheduled to serve a "future" load, provide the device complete for operation. All circuit breakers shall be bolt -on, quick make, quick break, trip free, thermal magnetic, indicating type unless noted otherwise. Provide all multiple pole breakers with common trip and single operating handle; handle ties between breakers are unacceptable. Provide breakers with switching neutrals where indicated on the drawings. Branch circuit breakers shall be fully interchangeable without disturbing adjacent units. Connect all circuit interrupting devices with sequence phasing. Provide each panelboard with a neatly typewritten directory of circuits mounted in a cardholder on the inside of the panelboard cabinet. Cover directory with transparent sheet plastic. All panelboards shall be listed by Underwriters' Laboratories 0 "Service Entrance Equipment." Provide each panelboard with a factory engraved nameplate which shall identify the panelboard name. 2.1.3 Panelboards for 240 volt Service General Electric Type AQ, with type THQS circuit breakers or approved equal. 2.2 DISCONNECT SWITCHES Unless otherwise noted or required, all disconnect switches shall be UL listed and shall meet NEMA Standard KS1-1969 for Type HD heavy duty switches. Switches shall be unfused unless noted otherwise; quick make, quick break; in NEMA 3R enclosures if exposed to the weather; elsewhere in NEMA 1 general purpose enclosures unless special enclosures are required. All motor circuit switches shall be horsepower rated. Switches shall be of'General Electric, Square D, Westinghouse or ITE manufacture, equivalent to General Electric Type TH quick make, quick break switches. Where disconnect switches are used to disconnect starters, provide auxiliary poles in switches as required to disconnect all auxiliary control circuits in starters. 2.3 FUSES Furnish and install all fuses necessary for leaving the installation complete and in working order, including a complete set of fuses in each spare switch. Fuses shall conform to the latest NEMA Standards, and shall be UL listed and labeled. Voltage ratings shall be suitable for the systems to which the fuses are applied. I Fuses shall be shipped to the job in boxes, and shall not be installed in any equipment until the installation is complete, and final tests have been made prior to energizing the equipment. '* END OF SECTION 14-2 SECTION 15 MOTORS AND EQUIPMENT CONTROLS AND WIRING 1. GENERAL This Section of the Specifications pertains to all other labor, material, equipment and service necessary for and incidental to motor and equipment wiring and control as shown on the drawings and/or as specified herein. 2. EXECUTION 2.1 EQUIPMENT WIRING Connect complete for operation all items of mechanical and fuel facility equipment and all other electrical devices furnished by the Owner. outlets of various types have been indicated at equipment locations, but no indications of exact location or scope of the work are shown on the drawings. Refer to the Owner and to the various Contractors for the work under the other Divisions for the scope of connections to equipment furnished by them and for the exact locations of all items. Request of the Owner and the aforementioned suppliers and contractors all rough -in drawings required for proper installation of the electrical work, in ample time to permit preparation of the drawings and thus avoid delays on the job. Where disconnect switches or circuit breakers are not provided integral with control equipment for motors and other electrical appurtenances, provide and install all disconnect switches required by the National Electrical Code and/or indicated. IEND OF SECTION 1 1 1 (THIS PAGE LEFT BLANK INTENTIONALLY) I MATERIALS OF CONSTRUCTION 1. GENERAL The following paragraphs give the specifications on the various materials which are to be used in this project. On minor items a certificate from the manufacturer may be required, certifying that the material or equipment meets the specifications for such material as specified herein. All materials shall be subject to the approval of the Engineer before being used. 2. CONCRETE A. Cement Cement shall conform to "Standard Specifications and Test for Portland Cement," A.S.T.M. Serial Designation C150, Type I and Type III, and shall be an approved brand. B. Aggregate DescriRtion Concrete aggregates shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to "Standard Specification for Concrete Aggregate," A.S.T.M. C-33-39 and Item No. 360 of the Texas State Highway Specifications. Coarse aggregate for Class "C" Concrete Street Paving shall be crushed limestone (Brownwood Type). The aggregate shall be well graded from coarse to fine and shall be free from injurious amount of clay, soft or flaky materials, loam or organic impurities. All aggregate shall be approved by the .Engineer before use. Maximum size of aggregate shall be 1- 1/2 inches. Aggregate for concrete construction proposed to be used in this project shall have a loss not to exceed 18% when subjected to 5 cycles of the Magnesium Sulfate soundness test A.S.T.M. C-88-76. Stockpiles The location of all stockpiles of aggregate shall be approved by the Engineer prior to unloading as to zoning requirements, smoothness and compaction of the ground, and traffic conditions. Stockpiles of aggregate to be incorporated into the project shall be protected from dust IV-1 by drift fences of any suitable material approved by the Engineer, when sandstorm possibilities exist. Care will be taken to prevent dusty conditions in the stockpile area from any sources. C. Water Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. D. Concrete Materials Test Pre -Construction Tests The contractor will submit test certificates from an approved commercial laboratory on all aggregates proposed for use on this work. Tests should be made approximately 20 days before beginning the concrete operation. The contractor will submit in advance of construction the mix design and the result of compression tests made by a commercial laboratory. These will be made on each type of concrete mix design proposed for use on this project. Tests shall be made on 6 cylinders for each mix, 3 tested in 3 or 7 days, 3 tested at 7 or 28 days. Additional tests shall be furnished if material source is changed or if concrete used varies from the original design. The Engineer shall approve the mix design after the pre - construction tests have been completed. Construction Tests Tests of the aggregates and the concrete will be made by the Engineer during construction to determine conformity with the specifications. Test cylinders will be made in accordance with the Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field (ASTM Designation C-3I). The specimens shall be cured under standard moisture and temperature conditions in accordance with requirements of ASTM C-31. Strength tests shall be made, in general, for each day's run, or for each 50 cubic yards of concrete if a days run greatly exceeds this amount, but these tests may be made entirely at the discretion of the Engineer. Strength tests on Class "C" Concrete shall be made for approximately each 30 cubic yards, or every third truck on each day's run. The IV-2 � 1 1 1 1 1 costs of all such testing will be borne by the City but the Contractor shall cooperate in securing and storing samples and shall furnish all materials required for sampling. A strength test shall consist of five standard test cylinders made from a composite sample obtained in accordance with the requirements of ASTM Designation C-1.72. Two of the cylinders shall be tested at 3 or 7 days and at 7 or 28 days. The fifth cylinder shall be held available for subsequent testing, if determined necessary by the Engineer. The test result shall be the average of the two 7 or 28 day specimens, except that, if one specimen in the test shows manifest evidence of improper sampling, molding, or testing, it shall be discarded and the remaining two strengths averaged. Should more than one specimen representing a given test show definite defects, due to improper sampling, molding or testing, the entire test shall be discarded. The result of the 7 or 28 day strength tests shall be used as the basis for accepting or rejecting the concrete represented. The results of the 3 or 7 day strength tests will be compared with the 3 or 7 day strength of the preconstruction test cylinders for the type and slump of the concrete being produced. Should the 3 or 7 day strengths indicate a deficiency in the 7 or 28 day strengths, the Engineer may require a temporary change in proportions to correct such deficiency. Such change shall remain in effect until the 7 or 28 day strength of the material in question is determined, at which time the change shall become permanent or shall be rescinded, depending upon the results of the 7 or 28 day test. The engineer shall record the delivery ticket number for the concrete and the exact location in the work at which each load represented by a strength test is deposited. E. Concrete Design Concrete conforming to these specifications may be "Ready Mix" but transporting vehicles shall be operated such as to insure delivery and placement in forms without loss or segregation of ingredients and within one hour of mixing time. Concrete will be mixed continuously during transit. IV-3 Mix Design All concrete for curb and gutter, valley gutters, fillets and alley stubs, alley slabs, drainage channels, inlet boxes, headwalls, and medians shall have 5% air entrainment (±1-1/2% tolerance). The concrete mix design shall be based on water -cement ratio, and shall be as follows for the different classes of concrete. Minimum Sacks Max. Gal. Max. Slump Class Cement ger C.Y. Water per sack in inches A 5 6.5 4 C 6 6 3 E 5.5 5.5 3 F 6 5.5 2 The concrete mix -design for the different classes sha1.1 also be such that the compressive and flexural strength for each class shall not be less than the following: Class 3 day 77 day A --- 2100 C --- 3000 E 2500 3000 F 2900 3500 Minimum Average for any test beam strength 600 28 day 3000 3600 Any concrete failing to meet these strength requirements or air content shall be removed and replaced. Low Strength Concrete Any class.cf .concrete incorporated in any part of the project which does not meet the strength requirements specified above, shall be considered low strength concrete. Low strength concrete shall be removed and replaced at the expense of the Contractor. The Engineer shall determine the exact limits of any low - strength concrete required to be removed and replaced under the provisions of this paragraph. The methods to be used in removing and replacing such concrete shall be approved by the Engineer. �4 IV-4 11 F 1 F. Classification Unless otherwise shown on the plans: Class A.concrete shall be used for curb and gutter, drainage channels, medians, inlet boxes, headwalls and sidewalks, Class C concrete shall be used for concrete paving and valley gutters constructed in thoroughfare and collector streets; Class E concrete shall be used for valley gutters on streets other than thoroughfares and collectors and for alley returns, alley paving and reinforced gutter sections; Class F concrete is used for railroad sections. G. Mixing All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in an approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for one and one-half minutes after all material is in the mixer. "Ready Mixed" or "Transit Mixed" concrete may be used. If used it shall conform to these specifications and the "Standard Specifications for Ready Mixed Concrete," A.S.T.M. Serial Designation C94-38 and Item No. 502 of the Texas State Highway Specifications. 1 After mixing, the concrete shall be transported to the forms in a manner which will prevent separation or segregation of the aggregates and shall be placed without undue delay. It shall be deposited as nearly as practicable in its final position in order to avoid rehandling or flowing of the concrete. No water shall be added to the concrete to facilitate finishing. H. Curing Compounds . Compounds used to form an air tight membrane over fresh concrete surface for curing purposes shall conform to Item 526, Texas.State Highway Specifications and "A.S.T.M." Serial Designation C-309. 1 3. REINFORCING MATERIALS A. Wire Mesh Wire mesh reinforcing shall conform to "Standard Specifications for Welded Steel Fabric for Concrete Reinforcement" ASTM Designation A-185. Mesh reinforcement shall be of the size shown on the plans. All reinforcement shall be permanently marked with grade identification marks or shall, on delivery, be accompanied 1 IV-5 by a manufacturer's guarantee of grade and compliance with these specifications. Reinforcement stored on the site shall be protected from accumulations of grease, mud or other foreign matter and from rust producing conditions and shall be free from rust, scale, oil, mud or structural defects when incorporated into alley slab, or valley gutters. B. Bar Reinforcing Reinforcing steel to be used on this project shall conform to A.S.T.M. Designation A-432 and shall be.deformed to A.S.T.M. 305 requirements unless otherwise shown on the plans. C. Fiber Reinforcement (1) The fiber used shall be 100 per cent virgin polypropylene collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. (2) The physical characteristics of the fiber to be used is as follows: Specific Gravity - 0.91; Tensile Strength - 70 to 110 ksi; Length of fibers - 1/211. (3) Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming to the requirements for each type and class of concrete listed in Section 4-2-E. Quantities to be used shall conform to manufacturer's recommendations, unless otherwise directed by the Engineer. 4. JOINT MATERIAL A. Expansion Joint Materials Bituminous premolded expansion joint material shall conform to Item No. 420.2 (a) of the Texas State Highway Department specifications. Expansion joints shall be placed as shown on the plans or as directed by the Engineer. B. Joint Sealing Material Joint sealing material shall be W.R. Meadows SOF-SEAL or approved equivalent IV-6 5. FORMS Forms for curb and gutter and alley paving may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and a depth equal to the depth of the concrete section formed. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least twelve (12) hours after placing concrete. Forms shall be oiled with a light oil before each use and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. Forms used for curb shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow can be obtained by other methods approved by the Engineer. In no case will a concrete pour be started -without the approval of the Engineer. No forms shall be placed urrtil the subgrade is within one inch (111) of its finished grade. Forms for alley slabs may be used as a guide for screeding. Where longitudinal construction joints are required, the form shall be so constructed as to provide a 1-1/8 inch "V" shaped groove in the face. 6. FLEXIBLE BASE (CALICHE) A. Description "Flexible Base (Caliche)" shall consist of a foundation course for surface course or for other base courses. It shall be composed of caliche and stone materials and shall be constructed as herein specified in one or more courses in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer. B. Material (1) The material for the base course shall consist of argillaceous limestone, calcareous or calcareous clay particles, conglomerate, gravel, sand or other granular materials. The material source shall be approved by the Engineer. All the acceptable material shall be crushed and returned to the screened material again in such manner that a uniform product will be produced. Samples for testing the material shall be taken prior to the compaction operations. (2) The material will conform to the requirements: 1 IV-7 Sieve Size 2" 1-1/2" 7/8" 1/2" #4 #40 --------------------------------------------------------- % retained 0 0-5 8-30 30-55 50-70 70-90 Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when prepared in accordance with Test Method Tex 101-E procedure: Liquid Limit - 45 maximum; plasticity Index - 15 maximum, 3 minimum; and, Linear Shrinkage - 10 maximum (3) Wet Ball Mill Test of Flexible Base Material The material, when tested in accordance with Texas Method 116-E, shall have a maximum allowable value of 55. 7. ASPHALT STABILIZED BASE -PLANT MIX (THD Item 292) A. Description This item shall consist of base courses to be composed of a compacted mixture of graded gravel base material from sources approved by the Engineer, (Once the source is selected the contractor will not change to another source without the Engineer's approval) and asphaltic material, mixed hot in an approved mixing plant. The percent asphalt shall be determined by the Engineer in accordance with Test Method Tex 126-E and Tex 204-F or other established procedures. B. Materials (1) Mineral Aggregate (Graded Gravel) The material shall be crushed and shall be screened as necessary to meet the requirements hereinafter specified and shall consist of durable aggregate particles otherwise specified below. (2) Stockpiling, Storage, Proportioning and Mixing Prior to the mixing operations with asphaltic material, processed mineral aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass and smoothed as directed by the Engineer. The aggregate stockpiles shall be not less than 10 feet in height and constructed in layers not exceeding 18 inches in depth or as directed by the Engineer. The plant shall have and maintain at least a two day supply of aggregate on hand unless otherwise directed by the Engineer. IV-8 Material shall be stockpiled in such a manner as to prevent segregation of aggregate and mixing of aggregate from stockpiles and/or other sources. The gradation requirements for the individual stockpiles and proportioning from these stockpiles will be the contractor's responsibility. (3) Gradation Unless otherwise specified, the grading of the mineral aggregate shall conform to the limitations as shown below: This mixture shall meet the T.H.D. 1982 specification Item (292) Grade 4 -- Grading requirements percent retained -sieves 1-1 211 7 8" 1 2" #4 40 0 8-30 30-55 50-70 70-90 Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when prepared in accordance with the Test Methods Tex -101-E procedure: The liquid limit shall not exceed................45 The plasticity index shall not exceed ............ 15 The linear shrinkage shall not exceed.............5 Samples for testing the material shall be taken prior to the mixing operations. Where more than one material is used, tests will be on the combined materials. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mining with asphalt. C. Asphaltic Materials Asphalt for the paving mixture shall be of the type as determined by the Engineer and shall meet the requirements of Item 300, THD Specs, 1982 "Asphalt, oils, and Emulsions." The grade of asphalt used shall be designated by the Engineer. The contractor shall notify the Engineer of the source of his asphaltic material prior to design or production of the asphaltic mixture and this source shall not be changed during the course of the project, except when authorized by the Engineer. (1) Asphaltic Stabilized Mixture 1 IV-9 The mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate will conform to the gradation requirements specified. The asphaltic material shall form from 4 to 9% percent of the mixture by weight. The design percent asphalt shall be determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in the SDHPT Bulletin C-14. The percent of asphalt in the mix shall be determined by Extraction ASTM D-2172, ASTM D-4125 Method of Test for asphalt content by Nuclear Method, Test Method Tex-210- -F or Test Method Tex.-126-F. (2) Tack Coat Asphaltic materials shall meet the requirements of the Item, "Asphalts, Oils, and Emulsions THD Item 30011, as approved by the Engineer. (3) Tolerances The Engineer will designate the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used in the project. When tested as determined by the Engineer, samples of the mixture shall not vary from the asphalt content designated by the Engineer by more than 0.2 percent dry weight (based on total mixture). Asphaltic concrete pavement and asphaltic stabilized base shall be machine layed and the equipment shall meet the requirements of THD 1982 specifications Item 528, "Automatic Screed Controls for Concrete Spreading and Finishing Machines." 8. £,QUTPMENT - -- I=NG PL&NT5 BLACK BASE AND HOT -MIX All equipment for the handling of all materials and mixing and placing of the mixture shall be maintained in good repair and operating condition and subject to approval of the Engineer. Any equipment found to be defective and affecting the quality of the mixture will be replaced. Mixing plants may be the weigh -batch type or the continuous mixing type or the drum mix type. All types of plants shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, bins and dust collectors and shall consist of the following essential pieces of equipment. IV-10 When requested by the Engineer, weigh -batch and continuous types of mixing plants shall be equipped with automatic proportioning devices in accordance with the requirements of THD 1982 Specifications Item 520, "Weighing and Measuring Equipment." If automatic recording devices are required by the plans, they shall be in accordance with the THD Item 520, "Weighing and Measuring Equipment." A. Weigh -Batch Type (1) Cold -Aggregate Bin and Proportioning Device The number of compartments in the cold aggregate bin shall be equal. to or greater than the number of stockpiles of individual materials to be used. The bin shall be of sufficient size to share the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one compartment to another. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportioning in a separate compartment. (2) Dryer The dryer shall be the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that the aggregate will not be injured in the necessary drying and heating operations required to obtain a mixture of the specified temperature. The burner, or combination of burners, and type of fuel used shall be such that in the process of heating the aggregate to the desired or specified temperature, no residue from the fuel shall adhere to the heated aggregate. A recording thermometer shall be provided which will record the temperature of the aggregate prior to the mixing operation. The dryer shall be of sufficient size to keep the plant in continuous operation. (3) Screening and -Proportioning The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store the amount of aggregate required to properly operate the plant and to keep the plant in continuous operation at full capacity. The hot bins shall be constructed so that -` oversize and overload material will be discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy and safe access to the proper location on the mixing plant where representative samples may be taken from the hot bins for testing. The plant shall be equipped with at least three hot bins. The aggregate shall be separated into the number of bins indicated on the plans or as directed by the Engineer. (4) Aggregate Weigh Box and Batching Scales The aggregate weigh box and batching scales shall be of sufficient capacity to hold and weigh a complete batch of aggregate. The weigh box and scales shall conform to the requirements of T.H.D. Item 520,1982, "Weighing and Measuring Equipment." (5) Asphaltic Material Bucket and Scales The asphaltic material bucket and scales shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. If the material is measured by weight, the bucket and scales shall conform to the requirements of the Item, "Weighing and Measuring Equipment." If a pressure type flow meter is used to measure the asphaltic material, the requirements of T.H.D. Item 520, 1982, "Weighing and Measuring Equipment," shall apply . (6) Mixer The mixer shall be of the pugmill type and shall have a capacity of not less than 3,000 pounds (of natural aggregate mixture) in a single batch, unless otherwise shown on the plans. The number and position of blades shall provide a uniform mix. The mixer shall be equipped with an approved spray bar that will distribute the asphaltic material quickly and uniformly throughout the mixer. Any mixer that segregates the mineral aggregate or fails to secure a thorough and uniform mixture with asphaltic material shall not be used. This shall be determined by mixing the standard batch for the required time, then dumping the mixture, taking samples from its different parts and testing by Test Method Tex-210-F to show that the batch is uniform throughout. All mixers shall be provided with an automatic time lock that will lock the discharge doors of the mixer for the required mixing period. The dump door or doors and the shaft seals of the mixer shall be tight enough to prevent spilling of aggregate or mixture from the mixer. ( 7 ) Surge -Storage System IV-12 I� 1 1 1 1 1 1 1 L 1 1 1 1 1_ 1 1 A surge -storage system may be used. It shall be adequate to minimize production interruptions during the normal dayfs operation. A device such as a gob hopper or other similar devices approved by the Engineer to prevent segregation in the surge -storage bin will be required. If the Contractor elects to use a surge -storage system, scales conforming to the requirements outlined herein will be required. (8) Scales Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the item, "Weighing and Measuring Equipment". If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. B. continuous Mixing Type (1) Cold Aggregate Bin and Proportioning Device Same as for weigh -batch type of plant. (2) Dryer Same as for weigh -batch type of plant. (3) Screening and Proportioning Same as for weigh -batch type of plant. (4) Hot Aggregate Bin The hot bins shall be so constructed that oversize and overload material will be discarded through an overflow chute. Hot aggregate bins that become deficient in material shall activate a switch that automatically stops the plant until proper adjustments are made. (5) Hot Aggregate Proportioning Device The hot aggregate proportioning device shall be so designed that when properly operated, a uniform and continuous flow of aggregate into the mixer will be maintained. IV-13 (6) Asphaltic Material Spray Bar The asphaltic material spray bar shall be so designed that the asphalt will spray uniformly and continuously into the mixer. (7) Asphaltic Material Meter An asphaltic material recording meter meeting the requirements of the THD Item 520, 'Weighing and Measuring Equipment", shall be placed in the asphalt line leading to the spray bar so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the meter output. The asphalt meter and line to the meter shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and meter at or near that temperature specified for the asphaltic material. Unless otherwise shown on the plans, the temperature of the asphaltic material entering the recording meter shall be maintained at a 10 F of the temperature at which the asphalt metering pump was calibrated and set. Inability to maintain this tolerance in temperature shall result in an adjustment of the pay quantity for the asphaltic material. If a pressure type flow meter is used to measure the asphaltic material, the requirements of the THD Item 520, "Weighing and Measuring Equipment" shall apply. (8) Mixer .The mixer shall be of the pugmill continuous type and shall have a capacity of not less than 4D tons of mixture per hour. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixing of the aggregate with the asphaltic material shall not be used. The dam gate at the discharge end of the pugmixer and/or pitch of the mixing paddles shall be so adjusted to maintain a level of mixture in the pugmixer between the shaft and the lower paddle tip (except at the discharge end). (9) Surge Storage System A surge storage system may be used. It shall be adequate to minimize production interruption during IV-14 1 I 1 1 I . Ll L the normal day's operation. A device such as a gob hopper or other similar devices approved by the Engineer to prevent segregation in the surge -storage bin will be required. If the Contractor elects to use a surge storage system, scales conforming to the requirements outlined herein will be required. (10) Scales Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the THD Item 520, "Weighing and Measuring Equipment." If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of -the equipment. C. Drum infix Plant Unless otherwise shown on the plans, the Contractor may, at his option elect to use the drum mixing process in the mixing of asphalt stabilized base material. The plant shall be adequately designed and constructed for the process of mixing aggregates and asphalt in the dryer -drum without preheating the aggregates. The plant shall be equipped with satisfactory conveyors, power units, aggregate handling equipment and feed controls and shall consist of the following essential pieces of equipment. (1) Cold Aggregate Bin and Feed System The number of compartments in the cold aggregate bin shall be equal to or greater than the number of stockpiles of individual materials to be used. The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material of one bin to that of another bin. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. Each aggregate shall be proportioned in a separate compartment with total and proportional control. The system shall provide positive weight measurement of the combined cold -aggregate feed by use of belt scales or other approved devices. Provisions of a permanent nature shall be made for checking the accuracy of the IV-15 measuring device as required by the Item, "Weighing and Measuring Equipment". When a belt scale is used, mixture production shall be maintained so that the scale normally operates between 50 percent and 100 percent of its rated capacity. Belt scale operation below 50 percent of the rated capacity may be allowed by the Engineer if accuracy checks show the scale to meet the requirements of the THD Item 520, "Weighing and Measuring Equipment", at the selected rate and it can be satisfactory demonstrated to the Engineer that mixture uniformity and quality have not been adversely affected. (2) Scalping screen A scalping screen shall be required, unless otherwise shown on the plans, and shall be located ahead of any weighing device. (3) Asphaltic Material Measuring System An asphaltic material measuring device meeting the requirements of the item, "Weighing and Measuring Equipment," shall be placed in the asphalt line leading to the dryer -drum mixer so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device output. The asphalt measuring device and line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and measuring device near that temperature specified for asphaltic material. Unless otherwise shown on the plans, the temperature of the asphaltic material entering the measuring device shall be maintained at +100F of the temperature at which the asphalt measuring device was calibrated and set. If a pressure type flow meter is used to measure the asphaltic material, the requirements of the THD Item 520, "Weighing and Measuring Equipment", shall apply. (4) Synchronization Equipment for Feed Control System The asphaltic material feed control shall be coupled with the total aggregate weight measurement device in such manner as to automatically vary the asphalt feed as required to maintain the required proportion. (5) Drum Mix Iv-16 The drum mixing system shall be of the type that continually agitates the aggregate and asphalt mixture during heating and in which the temperature can be so controlled that the aggregate and asphalt will not be damaged in the necessary drying and heating operations required to obtain a mixture of the specified temperature. A continuously recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the drum mixer. (6) Surge Storage System A surge storage system will be required. It shall be adequate to minimize the production interruptions during the normal day's operations and shall be so constructed to minimize segregation. A device such as a gob hopper or other similar device approved by the Engineer to prevent segregation in the surge -storage bin will be required. (7) Scales Scales may be standard platform truck scales, belt scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the THD Item 520, "Weighing and Mdasuring Equipment." If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. D. Asphaltic Material Heating Equipment Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to the desired temperature. Asphaltic -material may be heated by steam coils which shall be absolutely tight. Direct fire heating of asphaltic materials will be permitted, provided the heater used maintains a positive circulation of the asphalt throughout the heater without damage to the asphalt. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour chart that will record the temperatures of the asphaltic material at the highest temperature. E. Spreading And Finishing Machine The spreading and finishing machine shall be of a type ' approved by the Engineer, shall be capable of producing a IV-17 surface that will meet the requirements of the typical cross section and the surface test, when required, and when the mixture is dumped directly into the finishing machine shall have adequate power to propel the delivery vehicles in a satisfactory manner. The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capability to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. The use of any vehicle which requires dumping directly into the finishing machine and which the finishing machine cannot push or propel in such a manner as to obtain the desired lines and grades without resorting to hand finishing will not be allowed. Vehicles dumping directly or indirectly into the finishing machine shall be so designed and equipped that unloading.into the finishing machine can be mechanically and/or automatically operated in such a manner that overloading the finishing -machine being used cannot occur and the required lines and grades will be obtained without resorting to hand finishing. Unless otherwise shown on the plans, dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be permitted provided that the loading equipment is constructed and operated in such manner that substantially all of the mixture deposited on the roadbed is picked up and loaded in the finishing machine without contamination by foreign material of the mixture and excessive temperature loss is not encountered. The loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. Automatic screed controls, if required, shall meet the requirements of the THD Item 528, "Automatic Screed Controls for Asphaltic Concrete Spreading and Finishing Machines". F. Rollers It shall be the responsibility rolling equipment available on the paving mixture in place as the laydown operation. Rollers qualifications for their type IV-18 of the Contractor to have the job to properly compact required without delay to provided shall meet the as follows: (1) Pneumatic Tire Rollers (Required on all Black Base and Hot Mix Surfacing) The rollers shall be acceptable medium pneumatic tire rollers conforming to the requirements of the Item, "Rolling (Pneumatic Tires)," Type B, unless otherwise specified on the plans. (2) Two Axle Tandem Roller (Required on All Hot Mix Surfacing) This roller shall be an acceptable power driven tandem roller weighing not less than 8 tons. (3) Three Wheel Roller (Required on All Black Base and Hot Mix Surfacing) This roller shall be an acceptable power drlvem-th ee wheel roller weighing not less than 10 tons. (4) Three Axle Tandem Roller This roller shall be an acceptable power driven three axle roller weighing not less than 10 tons. (5) Trench Roller This roller shall be an acceptable power -driven trench roller equipped with sprinkler for keeping the wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The drive wheel shall be not less than 20 inches wide. The roller under working conditions shall produce 325 pounds per linear inch of roller width and be so geared that a speed of 1.8 miles per hour is obtained in low gear. (6) Vibratory Steel -Wheel Roller (Required on all Black Base) This roller shall have a minimum weight of 6 tons. The compactor shall be equipped with amplitude and frequency controls and specifically designed to compact the material on which it is used, and shall be operated in accordance with the manufacturer's recommendations or as directed by the Engineer. ' (7) Straightedges and Templates, When directed by the Engineer, the Contractor shall provide acceptable 10-foot straightedges for surface 1 IV-19 testing. Satisfactory templates shall be provided as required by the Engineer. (8) Alternate Equipment When permitted by the Engineer in writing, equipment other than that specified which will consistently produce satisfactory results may be used. (9) Inspection It will be the Contractor's responsibility to provide safe and accurate means to enable inspection forces to take all required samples, and to provide permanent means for checking the output of any specified metering device and to perform the calibration checks as required by the Engineer. G. Stockpiling, Storage, Proportionirnrr And Mixing (1) Stockpiling of Aggregates Prior to mixing operations with asphaltic material, processed mineral aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass and smoothed as directed by the Engineer. The aggregate stockpiles shall be not less than 10 feet in height and constructed in layers not exceeding 18 inches in depth or as directed by the Engineer. The plant shall have and maintain at least a two-day supply of aggregates on hand, unless otherwise directed by the Engineer. Material shall be stockpiled in such a manner as to prevent segregation of aggregate and mixing of aggregates from stockpiles and/or sources. More than one stockpile will be permitted unless otherwise shown on plans. The gradation requirements for the individual stockpiles and proportioning from these stockpiles will be the Contractor's responsibility as approved by the Engineer. (2) Storage and Heating of Asphaltic Materials The asphaltic material storage shall be ample to meet the requirements of the plant. Asphalt shall not be heated to a temperature in excess of that specified in THD Item 300, "Asphalts, Oils and Emulsions". All equipment used in the storage and handling of asphaltic material shall be kept in a clean condition at all times and shall be operated in such manner that there will not be contamination with foreign matter. IV-20 (3) Feeding and Drying of Aggregate The feeding of various sizes of aggregate to the dryer shall be done through the cold aggregate bin and proportioning device in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. The aggregate shall be dried and heated to the temperature necessary to produce a mixture having the specified temperature. In no case shall the aggregate be introduced into the mixture unit at a temperature more than 4000 F. (4) Proportioning The proportioning of the various materials entering the asphaltic mixture shall be the responsibility of the Contractor as approved by the Engineer and in accordance with these specifications.. ..The asphaltic -material and aggregates may be proportioned by weight or by volume based on weight using the specified equipment. (5) Mixing (a) Weigh -Batch Type Mixer In the charging of the weigh box and in the charging of the mixer from the weigh box such methods or devices shall be used as are necessary to secure a uniform asphalt mixture. In introducing the batch into the mixer, all mineral aggregate shall be introduced first and shall, be mixed thoroughly for a period of 5 to 20 seconds, or as directed, to uniformly distribute the various sizes throughout the batch before the asphaltic material is added. The asphaltic material shall then be added and the mixing continued for a total mixing period of not less than 30 seconds. This mixing period may be increased, if in the opinion of the Engineer, the mixture is not uniform. The differential in temperature of the aggregates and the asphalt as they enter the pugmixer shall not exceed 250 F. Temporary storing or holding of the asphaltic mixture by the surge -storage system may be used during the normal day's operation. overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge storage bin must be of equal quality to that coming out of the mixer. IV--21 (b) Continuous -Type Mixer The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixer shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. The differential in temperature of the aggregates and the asphalt as they enter the pugmixer shall not exceed 250 F. Checks on asphalt used shall be made at least twice daily comparing the asphalt used in ten loads of completed mix as shown on the asphalt recording meter and the design amount for these ten loads. The acceptable percent of variation between the asphalt used and the design amount will be as shown on the plans or as determined by the Engineer. Temporary storing or holding of the asphaltic mixture by the surge -storage system may be used during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge -storage bin must be of equal quality to that coming out of the mixer. (c) Drum -mix Plant The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixing unit shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. Temporary storing or holding of the asphaltic mixture by the surge -storage system will be .required during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the. Engineer. The mixture coming out of the surge storage -bin must be of equal quality to that coming out of the mixer. The mixture, when discharged from the plant, shall have a moisture content not greater than 1 percent by weight unless otherwise shown on the plans and/or specified by the Engineer. The moisture content shall be determined in accordance with Test Method Tex-212-F, Part II. The mixture produced from each type of mixer shall not vary from the specified mixture by more than the tolerances herein specified. IV-22 The asphaltic mixture from each type of mixer shall be at a temperature between 3000 F and 3500 F when discharged from the mixer. The Engineer will approve the temperature within the above limitations, and the mixture when discharged from the mixer shall not vary from this selected temperature more than 250 F. H. Construction Methods (1) Temperature Requirements A. HMAC - November 1 until April 1 1. The asphaltic mixture shall not be placed when the air temperature is below 550 F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 50° F-and rising. B. HMAC - April 1 until November 1 1. The asphaltic mixture shall not be placed when the air temperature is below 500 F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 450 F and rising. C. Asphalt Stabilized Base 1. The asphaltic mixture shall not be placed when the air temperature is below 450 F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 40° F and rising. The engineer may use his discretion to require a cover over the asphaltic mixture when being hauled from the plant to the job site. The air temperature shall be taken in the shade away from artificial heat or as reported by the National Weather Service on their hourly report (Telephone No. 762-0141). It is further provided that the prime coat, tack coat or asphalt stabilized base shall be placed only when the general weather conditions and temperature and moisture conditions of the subbase or subgrade,in the opinion of the Engineer, are suitable. If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic mixture is 250 F or more below the temperature approved by the Engineer, all IV-23 or any part of the load may be rejected and payment will not be made for the rejected material. (2) Prime Coat The prime coat shall consist of an application of 0.25 gallons per square yard of MC asphalt. The asphalt stabilized base shall not be applied on a previously primed course until the prime coat has completely cured to the satisfaction of the Engineer. (3) Tack Coat Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by -the Engineer, with an approved sprayer at a rate not to exceed 0.10 gallon per square yard of surface. Where the mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material meeting the requirements for tack coat. The tack coat shall be rolled with a pneumatic tire roller when directed by the Engineer. (4) Transporting The asphaltic mixture, prepared as specified above shall be hauled to the work in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during daylight hours. The inside of _the truck body Wray be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited. (5) Placing Generally, the asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine, in such a manner that when properly compacted, the finished course will be smooth, of uniform density, and will conform with the typical sections shown on the plans and to the lines and grades established IV-2 4 11 by the Engineer. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. The mixture shall be spread and compacted in layers or lifts as specified on the plans or as directed by the Engineer. The sequence of compacting shall be such that undue displacement of the edge of the course does not occur. On deep lifts, the edge of the course may be rolled with a motor grader wheel or similar equipment or supported by blading a roll of earth against the edge of the course prior to compacting the surface. When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer, provided a satisfactory surface can be obtained by other approved methods. I. Compacting (1) As directed by the Engineer, the asphalt stabilized base shall be compacted thoroughly and uniformly with the specified rollers. In lieu of the rolling equipment specified, the Contractor may, upon written permission from the Engineer, operate other compacting equipment that will produce equivalent relative compaction as the specified equipment. If the substituted compaction equipment fails to produce the desired compaction as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. When directed by the Engineer, the initial compaction shall be accomplished with pneumatic tire rollers. (2) When rolling with the three wheel, tandem, or vibratory rollers, rolling shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheel unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and progress toward the high side unless otherwise directed by the Engineer. When rolling with vibratory steel wheel rollers, the manufacturer's recommendation shall be followed unless directed otherwise by the Engineer. Rolling with pneumatic -tire roller shall be done as directed by the Engineer. Rolling shall be continued I IV-25 I until no further increase in density can be obtained and all roller marks are eliminated. The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any displacement occurs, it shall be corrected at once by the use of a rake, and of fresh mixtures where required. The roller shall not be allowed to stand on any portion of the pavement mixture which has not been fully compacted. To prevent adhesion of the mixture to the roller, the wheels shall be kept thoroughly moistened with water, t but an excess of water will not be permitted. All rollers must be in good mechanical condition. Necessary precautions shall be taken to prevent the dropping of gasoline, oil, grease or other foreign matter on the roadway, either when the rollers are in operation or when standing. Hand Tamping The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be thoroughly compacted with lightly oiled tamps. J. Surface Finish The compacted material shall conform to the typical cross sections, lines and grades as shown on plans and directed by the Engineer and shall have a smooth surface with a reasonably uniform texture acceptable to the Engineer. Unacceptable finished surfaces may be corrected by the placement of additional mixture, all at the expense of the Contractor. X. Protection of The Work And Opening To Traffic The completed asphalt stabilized base course shall be opened to traffic as provided by the plans and as directed by the Engineer. All construction traffic allowed on the base course shall comply with the State laws governing traffic on highways unless otherwise authorized by the ' Engineer. When another roadway surface is provided for the traveling public and construction traffic through the project, the Engineer may prohibit traffic on the completed base course. I L. Surface Density Test IV-26 City personnel will provide density test and results throughout the construction process at no cost to the contractor. Samples of the completed pavement shall be removed from locations designated by the Engineer to enable him to determine the composition, compaction, and density of the pavement. Samples for each day or fraction thereof shall be taken by City personnel. The contractor shall replace the pavement removed from core holes at no cost to the City. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made as directed by the Engineer. 9. ASPHALTS Asphalts for use on this project shall comply with. 'Texas State Highway Department Specification, Item 300. 10. HOT MIX ASPHALTIC CONCRETE SURFACE (A) Aggregate (1) General The mineral aggregate shall be composed of coarse aggregate, a fine aggregate, and if required, a mineral faller. Samples of coarse aggregate, fine aggregate and mineral filler shall be submitted to the City of Lubbock Testing Laboratory for testing and approval by the Engineer. Approval of other material and of the source of supply must be obtained from the Engineer prior to delivery. The combined mineral aggregate, after final processing by the mining plant, and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 40, unless otherwise shown on the plans when tested in accordance with ASTM D-2419.w The percent of flat or elongated slivers of stone for any course shall not exceed 25%, when tested in accordance with Test Method Tex-224-F. Aggregate that appears susceptible to film stripping when tested in accordance with ASTM D-1075, minimum 70% index of retained strength and tested in accordance with AASHTO T-283, minimum 70o tensile strength ratio, shall be rejected or conditioned with an anti -stripping agent as approved by the Engineer. I IV-27 Prior to stockpiling of aggregates the area shall be cleaned of trash, weeds and grass and be relatively smooth. Aggregates shall be separated into stockpiles of different gradation, such as a large coarse aggregate, and a small coarse aggregate stockpile such that the grading requirements of the specified type will be met when the piles are combined in the asphaltic mixture. No coarse aggregate stockpile shall contain more than 10 percent by weight of materials that will pass a No. 10 sieve except as noted on the plans or provided for by special provision. Fine aggregate stockpiles may contain small coarse aggregate in the amount of up to 15 percent by weight, (100 percent of which shall pass a 1/4 inch sieve). However, the coarse aggregate shall meet the quality tests specified herein for "Coarse Aggregates." Suitable equipment of acceptable size shall be furnished by the Contractor to work the stockpiles and prevent -segregation -of the aggregates. If the Contractor utilizes an asphalt continuous mix plant, the various aggregate stockpiles of different gradation will be stockpiled in the same manner as described for stockpiling of aggregate for asphalt stabilized base. That is, the stockpiling of the aggregate shall be made up of layers of material not to exceed two feet in height of each layer. The edge of each succeeding layer shall extend inward so as not to overlap the edge of the layer below. In loading from the stockpile, the material shall be loaded by making successive vertical cuts through the entire depth of the stockpile. (2) Coarse Aggregate The coarse aggregate shall be that part of the aggregate retained on a No. 10 sieve; shall consi-st of clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or combining crushed gravel and crushed stone will not be permitted. The aggregate shall be crushed to the extent that produces a minimum of 85% crushed faces when tested in accordance with Test Method (Tex-460-A). The aggregate shall have a maximum of 30% loss when subjected to 5 cycles ofthe Magnesium Sulfate Soundness Test (A.S.T.M. C--88-83). When coarse aggregate is tested in accordance with Test Method Tex-217-F, the amount of organic matter, clays, loams or particles coated therewith or other undesirable materials shown on the plans shall not exceed 2 percent. Iv-28 When it is specified that the coarse aggregate be sampled during delivery to the plant, from the stockpile, or from the cold bin, the material removed when tested in accordance with test method Tex.-217-F (Part II, Decantation), shall not exceed 2 percent. The plasticity index of that part of the fine aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more than 6 when tested by ASTM D-4318. However, where the coarse aggregate contains less than 5% of fine aggregate and the fine aggregate is of the same or similar material as the coarse aggregate, the P.I. requirements for the material passing the No. 40 sieve may be waived by the Engineer in writing. When it is specified that the coarse aggregate be sampled from the hot bins and tested in accordance with Test Method Tex-217-F (Part II Decantation) , -t e anai3nt of material removed shall not exceed 1 percent. Tests performed as specified herein represent material processed or placed until a subsequent test is performed. The coarse aggregate shall have an abrasion of not more than 40 percent loss by weight when subjected to the Los Angeles Abrasion Test, ASTM C-131. Coarse aggregate from each source shall meet the abrasion requirements specified. ( 3 ) Fine Aggregate The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall consist of sand or screenings or a combination of sand and screenings. The plasticity index of that part. -Of -the sand passing the No.40 sieve shall not be more than 6 when tested in accordance with ASTM D-4318. The plasticity index of that part of the screenings passing the No. 40 sieve shall not be more than 9, unless otherwise shown on plans, when tested by ASTM D-4318. Fine aggregate from each source shall meet plasticity requirements. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. (4) Mineral Filler I IV-29 The mineral filler shall consist of thoroughly dry stone dust, slate, dust, portland cement or other mineral dust approved by the Engineer. The mineral filler shall be free from foreign and other injurious matter. When tested by ASTM D-242 it shall meet the following grading requirements: Per Cent By Weight Passing a No. 30 sieve 100 Passing a No. 80 sieve 95 to 100 Passing a No. 200 sieve 70 to 100 (B) Asphaltic Material (1) Asphalt for Paving Mixtures Asphalt for the paving mixtures shall be of the types of oil asphalt as determined by the Engineer. The grade of asphalt used shall be as designated by the Engineer after design tests have been made using the mineral aggregates that are to be used in the project. If more than one type of asphaltic concrete mixture is specified for the project, only one grade of asphalt will be required for all types of mixtures, unless otherwise shown on plans. The Contractor shall notify the Engineer of the source of his asphaltic material prior to production of the asphaltic mixture and this source shall not be ,changed during the course of the project except by written permission of the Engineer. (2) Tack Coat The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-2, or shall be a Cut -Back Asphalt made by combining 50 to 70 percent by volume of the asphaltic material as specified for the type of paving mixture with 30 to 50 percent by volume of gasoline and/or kerosene. if RC-2 Cut -Back Asphalt is used, it may, upon instructions from the Engineer, be diluted by addition of an approved grade of gasoline and/or kerosene, not to exceed 15 percent by volume. Iv-30 (C) Paving Mixtures Types The paving mixture shall consist of a uniform mixture of coarse aggregate, fine aggregate and asphaltic material. The grading of each constituent of the mineral aggregate - shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. The final designated gradations shall produce a relatively smooth curve when plotted on a 0.45 power semilogarithmic gradation chart when tested in accordance with ASTM C-136. (1) Master Gradation Specifications Mixture Type City of Lubbock ( C_ O.L- ) Sieve Type "Cn Type I'D" Size (Residential Traffic Only) Percent by Weight Passing Sieves lie 100 --- 3/4" 98-100 --- 1/2" 81-93 100 3/8" 65-85 85-100 No.4 43-63 50-70 No.8 33-45 35-47 No.16 22-34 23-35 No.30 13-27 14-29 No.50 7-19 8-20 No.100 3-11 4-12 No.200 1-6 1--6 r Bitumen percent 4.0 - 7.5 4.0 - 7.5 (of total mix) (0) Laboratory Control If the Contractor or supplier wishes to use a material or location not previously approved by the City of Lubbock, he will be required to request approval in writing of the material not less than 60 days prior to anticipated use of the material. The City of Lubbock laboratory test results shall be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be evaluated and final approval given by the City Engineer. I IV-31 1 The City of Lubbock will utilize its own testing laboratory to monitor the plant mixing for Black Base and Hot Mix. This laboratory control will be provided by the City of Lubbock. A representative of the City Engineer will be at the plant with full authority to control the mixing operation. In those instances where irregularities occur and the limits of the specification are exceeded for aggregate, black base, or hot mix, appropriate corrections will be required. (E) Tolerances The Engineer will designate the exact grading of the aggregate and asphalt content to be used in the mixture (Job Mix Formula). The paving mixture produced shall not vary from the designated grading and asphalt content by more than the tolerances allowed herein and shall remain within the limitation of the master grading specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows: Percent by weight Material Tolerance Plus or Minus Aggregate passing No. 4 sieve or larger 4 percent Aggregate passing Nos. 8,16,30, 50 sieves 3 percent Aggregate passing Nos. 100 & 200 sieves 2 percent Bitumen 0.25 percent (F) Extraction/ Gradation -Tests And Design Criteria (1) Samples of the mixture when tested in accordance with ASTM D-2172 shall not vary from the grading proportions of the aggregate and the asphalt content designated by the Engineer by more than the respective tolerance specified above. (See Section IV-7-C (1) for methods of extraction of asphalt) During construction, if grading or asphalt content exceeds the tolerances stated herein. -Production will be discontinued until such time as the Hot -Mix Asphaltic Concrete mixture has been corrected and IV-32 subsequent grading and extraction tests indicate results within the tolerance stated herein. All Hot - Mix Asphaltic Concrete mixture so constructed, which exceeds the tolerances as stated herein, will be removed and replaced at no cost to the Owner. (2) Design Method Thoroughfare Residential Traffic Traffic Min. Max. Min. Max.._ Marshall Method No. of compaction blows, each end of specimen 75 50 Stability, Lbs. 1800 --- 1200 --- Flow, units of 0.01 in 8 14 8 18 % Air Voids Surfacing or Leveling 3 5 3 5 Percent Voids in Mineral Aggregate 13 --- 14 --- (3) Sampling and Testing It is the intent of this specification that the mixture will be designed to produce a mixture of optimum density and stability, as determined by the Engineer, when tested in accordance with these specifications and applicable ASTM procedures. Samples of the completed pavement shall be removed from locations designated by the Engineer to enable him to determine the composition,.compaction, and density of the pavement. Samples for each day or fraction thereof shall be taken by City personnel. The contractor shall replace the pavement removed from core holes at no cost to the City. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made as directed by the Engineer. Tests on Marshall specimens shall be made twice daily or as directed by the Engineer to retain job control. The mixture shall comply with the requirements of Table (2) above when tested in accordance with the Marshall method procedures contained in Chapter III of the Asphalt I IV-33 Institute's Manual Series No. 2 (MS-2), current addition. If the laboratory stability and/or field tests of the mixture produced has a value lower than that specified, and in the opinion of the Engineer is not due to change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory/field tests equals or exceeds the specified values. If there is, in the opinion of the Engineer, an apparent change in any material from that used in the design mixtures, production will be discontinued until a new design mixture is determined by trial mixes. 11. SILO STORAGE A silo storage system may be used during the normal day's operation. The mixture coming out of the silo storage must be of equal quality and temperature to that coming out of the mixing plant. Any operation that has tendency to segregate the mixture or fails to maintain a�thorough and uniform mixture and temperature shall not be used. If any load of mixture corning out of the silo storage system fails to meet the asphalt specifications or gradation requirements, then the total contents of the silo storage system shall be condemned. 12. BARRICADES AND SIGNS I Barricades shall be constructed of clean, sound lumber, shall be of first-class workmanship, and all surfaces above ground shall be painted with an approved brand of white paint to secure thorough coverage and a uniform white color. In no case shall less than two coats be used. The paint for barricade stripes shall be reflective orange and reflective white. All dimensions, striping, lighting, painting, coloring and placement of barricades shall be in accordance to the details and design as set forth in the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Street and Highways, Part VI, issued in May, 1983. The Contractor shall maintain each barricade in a neat acceptable condition and furnish replacements when necessary or requested by the Engineer. Each sign shall be displayed only for the specific purpose prescribed for it. Before any detour or temporary route is open to traffic all necessary Regulatory, Warning and Guide signs shall be in place. Signs required by temporary conditions or restrictions shall be removed immediately when those conditions cease to exist IV-34 or the restrictions are withdrawn. Guide signs directing traffic to and on temporary routes or detours shall be removed when no longer applicable. Standardization is important with respect to design and placement, and uniformity of application is equally important. Identical conditions should always be marked with the same type of sign, irrespective of where those particular conditions occur. All signs that are to convey their message during hours of darkness shall be reflectorized or illuminated. Signs for daytime use only may be non-reflectorized but a fluorescent background material will be used for increased daytime visibility if requested by the Engineer. Where there is serious interference from extraneous light sources, and a reflectorized sign is not likely to be effective, an illuminated sign will be used. Construction warning signs shall have a black legend on an orange background and shall conform to the standards as to size, shape and color as outlined in the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES mentioned above. Barricades, flares, and signs are a necessity in the construction involved in this contract. The provision of these items by the Contractor should be considered in the bid prices submitted, as no separate compensation will be made, unless indicated otherwise in the plans or the proposal. No work will be permitted on any project prior to installation of barricades or other warning devices at the beginning and end of the construction area. 1 1 IIV--35 (THIS PAGE LEFT BLANK INTENTIONALLY) 1. CONCRETE A. 1. 2. Details of Construction Curb and Gutter (Class A -Concrete] Description This item shall consist of Portland Cement 24" concrete curb and gutter or 24" separate gutter as shown on the plans or as directed by the engineer, and shall be constructed of Class A concrete. Included in the curb and gutter item is the subgrade preparation and the filling and shaping of the area behind the curb. Curb Openings Separate gutter sections will be placed only across alleys and driveways presently in use or where definitely planned for future property improvements. It shall be the responsibility of the contractor to contact the property owner and determine the proper location of driveways before curb and gutter is constructed. All gutters across new or proposed driveways must meet the requirements set forth in the City Sidewalk and Driveway Regulations, Ordinance Number 1466 and amendments thereto and gutters across existing driveways will be required to conform to said regulations if no hardship to the existing property improvements is involved. In any event, all curb and gutter to be poured must have the engineer's approval as to driveway widths and location, in addition to the section, and line and grade approval before any pour is started on any curb and gutter unit. Excavation and Subgradinq (See Section V-2) Excavation for the curb and gutter shall be made with the excavation of the entire street. The excavation shall be done to the lines and grades set by the engineer and in such a manner as to require a maximum 1/2" (inch) of fill to bring the subgrade to the correct elevation. Subgrade that is undercut 1" (one inch) or more shall be brought to the correct elevation by scarifying, wetting, disking, blading, rolling and compacting to 95% Standard Proctor Density (A.S.T.M. D-698) with pneumatic rolling to correct elevation prior to setting forms. Before completion of curb and gutter, all traffic signs and street name markers found in the way of paving will immediately be relocated behind the proposed curb and gutter by the Contractor. V-1 3. 4. 5. Setting Forms Forms for concrete and gutter shall be set to the lines and grades established by the engineer after the subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move during the placing and working of the concrete. The forms shall be cleaned and oiled prior to pouring concrete. Face forms and construction joints (removable metal plates) shall be set to hold the concrete for the curb in place until it is to be finished. Forms for radii shall be set in the same manner as the straight forms except that no face form will be required if a true section is obtained by other methods. The radii forms shall be set in such a manner that the curve will be true. Placement (Including Making Joints) Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing, and the concrete shall be floated and troweled to the approximate section, and only after the concrete receives a partial set shall the face forms be removed. The section shall then be shaped to the true cross-section by the use of a metal -screed which is shaped to the true cross-section. A "mule" screed shall be used only to shape to true cross- section when topping material is provided and pushed along on the front edge of the mule. Curb and gutter shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals of no more than forty (40) feet between the intersections. Forty feet intervals may be waived if curb and gutter machine is used. Expansion joints shall be of the material hereinbefore specified. Construction joints formed by removable metal. plates (templates) accurately shaped to the cross-section of the curb and gutter shall be located at the mid -point of each section between expansion joints or as directed by the engineer. Contraction joints shall be placed at ten foot intervals. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. FinishiM A ten (10) foot metal "straight -edge" shall be used to strike the flow line to grade, continuously along the flow line of the gutter. This operation shall be followed with V-2 a four (4) foot spirit level to assure the continuous grade down the flow --line the length of the gutter. Curb and gutter shall be finished uniformly by wood trowelling to an accurate cross-section. Extra water will not be added for finishing. The final finish will be accomplished with a brush, the last stroke being one from the back of curb to the lip of gutter. Both sides of all joints, the lip of gutter, and the back edge of the curb shall be finished with a 1/4" radius edging tool before the final brushing. Curves at the top and bottom of the section shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutter. i Concrete shall not be poured during sand storms. Concrete shall be protected to maintain temperature of not less than 50 degrees F. for five days after placement. If aggregate and water are heated, they shall not be heated above 90 degrees F. Concrete shall not be placed when the ambient temperature is less than 40 degrees F. It shall be the responsibility of the Contractor to anticipate as nearly as possible changes in weather conditions which would affect the placement and protection of the concrete, and be prepared to protect freshly placed concrete when sudden changes in the weather make such protection necessary. 6. Removing Forms Special care is required of the Contractor in his removing of pins and of forms. Pins shall be pulled from the ground to free forms. If hammering is found to be necessary, a light, one (1) pound hammer shall be used. The contractor shall not place forms or pins on newly finished concrete. Loading and unloading of forms from a truck shall be executed by two workmen. It is the duty of the Contractor ' to remove any warped forms found in any section of forms, before it is poured. When forms are pointed out as defective, those forms shall then be removed from the job site and not returned until they have been inspected by the Engineer. 7. Machine Laid Curb and Gutter Class A concrete shall be used for machine laid curb and gutter. The slump of the concrete shall be as directed by the Engineer. Reinforcing steel, if required, shall conform to Section 3 under Materials of Construction. The curb and gutter shall be laid by an extrusion machine Y approved by the Engineer. Immediately prior to placing the V-3 . NP 9. 10. curb and gutter, the previously approved foundation shall be thoroughly cleaned. The line for top of curb shall be maintained from a guideline set by the Contractor from survey marks established by the Engineer. Curb outline shall strictly conform to the details shown on the plans. The approved mix shall be fed into the machine in such a manner and at such consistency that the finished curb will present a well compacted mass with a surface free from voids and honeycombs and true to established shape, line, and grade. Additional surface finishing shall be performed immediately after extrusion. Extra water will not be added for finishing. Unless otherwise specified by the Engineer, joints shall be constructed as follows: Expansion joints shall be located at each end radius at intersections and alley returns and at the beginning of the pour, and -dummy grooved joints shall be spaced at 10 foot intervals between the expansion joints. Curing All concrete work shall be covered with heavy water -proof type paper to prevent loss of moisture and to prevent direct sunlight from striking the concrete, as soon as it has set sufficiently enough to prevent marking. In lieu of this method of curing, the curb and gutter may be cured by applying a liquid membrane coating to all exposed surfaces, provided such material and method is first approved by the Engineer. Filling Behind Curb After the forms are removed and the concrete has cured, the contractor shall fi11 the area behind the curb with top soil. The area between the sidewalk and the curb or property line and curb, if no sidewalk exists, shall be leveled and sloped toward the curb in a manner satisfactory to the property owner and/or Engineer. Fill should be done prior to placement of base materials. Replacement of Damaged Curb and Gutter or Gutter No patching of any nature shall be allowed in repairing any damage to curb and gutter which occurs during the construction process of paving improvements in any unit V-4 prior to the acceptance of said unit. Wh the section of curb and gutter or gutter damaged portion shall be removed to the shall be replaced with new construction, surfacing of that section of street. ere damage occurs, containing the nearest joints and prior to Concrete surface finish marred by vandals, rain or sand during setting time shall be immediately repaired with an approved epoxy material; all abused concrete surface, along with structural damage and defective flow line found at time of surfacing shall be handled as described in sentence 2 above. B. Reinforced Concrete 24" Separate Gutter (Class E Concrete) Description This item shall consist of Portland cement 24" separate gutter constructed in accordance with the typical curb and gutter sections included in these specifications and at locations as shown on the plans or as directed by the Engineer. 1. - Subgrade Preparation (See Section V-2) 2. Reinforcing Steel - See Section 3 Under Materials of Construction 3. Placement of Reinforcement Care shall be taken to tie the (3) three horizontal # 3 bars to the (3) three vertical # 3 bar pins at a point 3" above the bottom. C. Reinforced Concrete Valley Gutters Class C and Class E Concrete] Description This item shall be constructed of class C concrete for thoroughfare or collector street valley gutters and Class E concrete for residential street valley gutters and consists of the construction of an eight (8) inch concrete slab on thoroughfare or collector streets or a (6) inch concrete slab on residential streets reinforced with 4- Number 3 bars on one and one-half (1-1/2) foot spacing for 5 foot wide valley gutters,(Cross bars shall be #3 bars 4 1/2 feet long) or with 611x6" 6 gauge wire mesh. Fillet areas shall be reinforced as shown on the plans and constructed to the lines and grades as shown on the plans and as designated by the Engineer. Details of construction V-5 1. 2. 3. M 1. 2. 3. are the same as for curb and gutter where they can be directly applied. Subgrade Preparation (See Section V-24 Reinforcing Steel - See Section 3 under Materials of Construction. Placement of Reinforcement Care shall be taken to hold the steel in the center of the slab, high chairs or precast concrete blocks shall be located at three (3) foot centers. Lapping distance shall be 40 diameters, and the lap shall be tied at three points with wire if steel bars are used. Reinforced Alley Paving Slab and Alley Returns (Class E Concrete) Description This item shall consist of reinforced concrete paving of variable thickness (5" to 7-1/211) constructed in the center 10 feet of alleys and shall be constructed of Class E concrete. All alley paving and alley returns shall be constructed in accordance to the Alley Paving Details. Forming Forms for alley slab shall be placed where necessary to form the outside edge of slab (where slab is not bordered by concrete curb and gutter or other permanent improvements such as building, docks, etc.)and where necessary to form construction and expansion joints (See "Alley Paving Details" on plans). on all edges, joints, etc. to be formed, the forms shall extend the entire depth of concrete. Subarade Preparation (See Sectiony-2) Reinforcing Care shall be taken to securely hold the welded wire mesh 3" above the bottom of the slab by use of high chairs or pre -cast concrete blocks. Concrete shall not be poured during sandstorms. Concrete shall be protected to maintain temperature of not less than 50 degrees F. for five (5) days after placement. If aggregate and water are heated, they shall not be heated above 90 degrees F. Concrete shall not placed when the ambient temperature is less than 40 degrees F. It shall be the responsibility of the Contractor to anticipate as nearly as possible changes in weather conditions which could effect the placement and protection of the concrete, and to be prepared to protect freshly placed concrete when sudden changes in the weather make such protection necessary. 4. Finishing Concrete shall be deposited so as to conform roughly to the finished cross-section. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. Extra water will not be added for finishing. The shape and flow line of the alley paving slab may be established by the use of two (211) inch by four (411) inch wood screeds, or other approved removable devices, accurately staked to line and grade. If such devices are used they shall be in place before the final finishing of the subgrade and the subgrade shall be finished so that the concrete slab will be of the proper depth. The concrete shall be "struck off" to the true section and finished smooth by floating and troweling. The final finish shall be provided by brushing to provide a nonskid surface for traffic. Particular care shall be taken in the final troweling and finishing so that the finished slab presents a smooth straight surface without waves in the edge and without pockets in the flow line. 5. Curing and Protection All concrete work shall be covered with burlap or other suitable material as soon as it has set sufficiently to prevent marking and kept wet continuously for at least (4) days. Care shall be taken to prevent mechanical injury to concrete work during this period and until the work is accepted. Any work damaged prior to acceptance shall be repaired by the Contractor at his own expense and to the satisfaction of the City Engineer. The City Sanitation Department shall be notified of all alley return and alley paving construction, and if possible, the length of time said return and/or alley shall be closed to traffic. The Contractor shall properly flare and barricade alley returns and alleys during the period of construction and as long afterward as the Engineer may require for curing and achieving strength. Before opening alley returns to traffic, the contractor shall properly fill and level by hand, (no maintainer shall be used until full strength of concrete is V--7 Mp 7. E. 1. F. achieved), the adjacent approaches fro alley. In all cases, no alley or alley opened to traffic without the approval Engineer. Removing Forms m the street and return shall be of the City Special care is required of the Contractor in his removing of pins and moving of forms. Pins shall be pulled from the ground to free forms. If hammering is found to be necessary a light, one (1) pound hammer shall be used. The contractor shall not place forms or pins on newly finished concrete. Loading and unloading of forms from a truck shall be executed by two workmen. It is the duty of the Contractor to remove any warped forms found in any section of forms, before it is poured. When forms are pointed out as defective, those forms shall then be removed from the .job site and not returned until they have been inspected by the.Engineer. Replacement of Damaged Concrete or Concrete Surface Only patching of very minor nature will be allowed in alley paving. Any substantial damage occuring to the alley paving prior to the acceptance of the unit in which the damage occurs will be remedied by removal and replacement of the entire section or sections of alley paving that has been damaged. Any slab removed to a joint other than a doweled expansion joint will be replaced using joint section B-B in the Special Detail Sheets of these specifications. Extreme care shall be taken by the Contractor during "Setting -Up" period to prevent vandals, sand or rain from marring the surface finish to avoid being handled as described in sentence 2, above. Reinforced Concrete Median Curb (Class A Concrete) This item shall consist of reinforced concrete slab (611) inches thick and may be placed on asphalt surface on caliche base, or on asphalt surface on concrete base. Median slab shall be dowsed as shown on the plans. Details of concrete placement, finishing, and curing shall be used where applicable. Subgrade Preparation (See Section V-21 Reinforced Concrete Railroad Crossing (Class F Concrete) Description V-8 This item shall consist of the construction of Class F reinforced concrete as shown on Concrete Railroad Crossing Details. (File #2-B-92 [23). 1. Subgrade Preparation (See Section V-2) 2. Reinforcing Steel Bars to be Used) Reinforcing steel to be used on this project shall conform to A.S.T.M. Designation A-432 and shall be deformed to A.S.T.M. 305 requirements. 3. Placement of Reinforcement Care shall be taken to hold the (1/211) bars above the bottom of the foundation slab and above the railroad ties as shown on the plans. In the top slab the vertical and horizontal bars shall be securely tied with wire. G. Reinforced Concrete Drainage Slabs (Class A Concrete) This item shall consist of a concrete slab (511) thick and containing wire mesh reinforcing which shall conform to "Standard Specification for Welded Steel Wire Fabric For Concrete Reinforcement" ASTM Designation A-185, or approved fiber reinforcement. 1. Subgrade Preparation (See Section V-2) H. Concrete Pavement - Class C Concrete Description This item shall consist of a pavement of portland cement concrete, with reinforcement as shown on plans, constructed as herein specified on the prepared subgrade and one inch of sand cushion or other base course in conformity with the thickness and typical cross sections shown on plans and to the lines and grades established by the Engineer. Concrete shall be considered of satisfactory quality provided it is made (a) of materials accepted for the job, (b) in the proportions established by the Engineer and (c) Mixed, placed, finished and cured in accordance with the requirements herein specified. Materials 1. Cement The cement shall be Type I or Type III standard brand of Portland cement. If the use of high early strength cement is not specified, and the Contractor desires to use it, he shall obtain written permission of the Engineer and shall 1 v-9 assume all additional costs incurred by the use of such cement. Type I and Type III cement shall conform to the requirements of ASTM C150. When Type III cement is used, the average strength at the age of 7 days shall be higher than that attained at 3 days. Either the tensile or the compression tests may be used for either type cement. In addition to the requirements of ASTM Designation C150, the specific surface area of Type I cement shall not exceed 2,000 square centimeters per gram as measured by the Wagner Turbidmeter in accordance with Test Method Tex-310- D. 2. Admixtures Unless otherwise provided in the plans or special provisions, approved types of admixtures to minimize segregation, to improve workability, or to reduce the amount 'of mixing water may.. -be used in the rate of dosage specified by the Engineer. Admixtures shall not be used to _ replace cement. Admixtures shall comply with all the requirements and be measured and dispensed in accordance with T.H.D. Item 437, "Concrete Admixtures". 3. Coarse Aggregate. Coarse aggregate shall consist of durable particles of crushed limestone (Brownwood Type) of reasonably uniform quality throughout, free from injurious amounts of salt, alkali, vegetable matter or other objectionable material, either free or as an adherent coating on the aggregate. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale nor more than 5.0 percent by weight of laminated and/or friable particles when tested in accordance with Test Method Tex-413-A. Coarse aggregate shall have a wear of not more than 45 percent when tested according to Test Method Tex-410-A and when tested by standard laboratory methods shall meet the following grading requirements: Retained on 1-3/4" sieve......................0% Retained on 1-1/2" sieve................0 to 5 % Retained on 3/4" sieve.................30 to 65% Retained on 3/8" sieve.................70 to 90% Retained on No. 4 sieve...............95 to 100% V-10 Loss by Decantation Test Method Tex-406-A ...1.0% Maximum All aggregate shall be handled and stored in such a manner as to prevent size segregation and contamination by foreign substances. When segregation is apparent, the aggregate shall be remixed. At the time of its use, the aggregate shall be free from frozen material. Aggregate that contains more than 0.5 percent free moisture by weight shall be stockpiled for at least 24 hours prior to use. Adequate storage facilities shall be provided for all approved materials. The intermixing of nonapproved materials with approved materials either in stockpiles or in bins will not be permitted. Aggregates from different sources shall be stored in different stockpiles unless otherwise approved by the Engineer. Aggregates shall be stockpiled in such a manner to prevent segregation, and maintained as nearly as possible in a uniform condition of moisture. Each aggregate stockpile shall be reworked with suitable equipment as required by the Engineer to remix the material to provide uniformity of the stockpile. 4. Fine Aggregate. Fine aggregate shall consist of sand or a combination of sands, and shall be composed of clean, hard, durable,uncoated grains. Unless otherwise shown on plans, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex-612-J. 5. 'Fine Aggregate Exclusive of Mineral Filler Fine aggregate shall be free from injurious amounts of salt, alkali or vegetable matter. It shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities, Test Method Tex-408-A, the fine aggregate shall not show a color darker than the standard. Unless specified otherwise, fine aggregate shall meet the following grading requirements: Retained on 3/8" sieve.....................0% Retained on No.4 sieve................0 to 5% V-11 6. 7. 9P Retained on No. 8 sieve..............O to 20% Retained on No. 16 sieve ............ 15 to 30% Retained on No. 30 sieve ............ 35 to 75% Retained on No. 50 sieve ............ 7O to 90% Retained on No. 100 sieve .......... 9O to 100% Retained on No. 200 sieve .......... 97 to 100% Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex-203-F). The sand equivalent value shall not be less than 80, or less than the value shown on the plans, whichever is greater. Mineral Filler Mineral filler shall consist of clean stone dust, crushed sand, crushed shell or other approved inert material. When tested in accordance with Test Method Tex-401-A, it shall meet the following requirements: Retained on No. 30 sieve........................0% Retained on No. 200 sieve.................0 to 35% At the time of its use the mineral filler shall be free from frozen material, and aggregate containing foreign material will be rejected. Mixing Water Water for use in concrete and for curing shall be free from oil, acids, organic matter or other deleterious substances and shall not contain more -than 1,000 parts per million of chlorides as CL. nor more than 1,000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use. Test procedure shall be in accordance with AASHTO Designation: T 26. Steel Dowel Bars Steel bar dowels, if used in accordance with provisions of project plans, shall be of the size and type indicated on v-12 plans and shall be open-hearth, basic oxygen or electric - furnace steel conforming to the mechanical properties specified for grade 60 in ASTM Designation: A615. The free Ir L end of dowel bars shall be smooth and free of shearing burrs. 9. Steel Reinforcement Unless otherwise shown on the plans, steel reinforcing bars as required including the tie bars shall be open- hearth, basic oxygen or electric -furnace new billet steel of Grade 60 or Grade 40 for concrete reinforcement. Bars that require bending shall be Grade 40 conforming to requirements of ASTM A-615. High yield reinforcing steel shall be either (1) open- hearth, basic oxygen or electric -furnace new billet steel conforming to the requirements of ASTM! A-615.Grade 60 or (2) rail steel bars for concrete reinforcement, conforming to the requirements of ASTM A-616 Grade 60. (Bars produced by piling method will not be accepted). Where prefabricated wire mats are specified or permitted, the wire shall be cold worked steel wire conforming to the requirements of ASTM A 496, except that steel shall be made by open-hearth, electric -furnace, or basic oxygen processes. The prefabricated wire mats shall conform to the requirements of ASTM A 497. Mats that have been bent or wires dislocated or parted during shipping or project handling shall be realigned to within one-half inch of the original horizontal plane of the mat. Mats with any portion of the wires out of vertical alignment more than one-half inch after realignment and/or wires dislocated or mutilated so that, in the opinion of the Engineer, they do not represent the original mat, shall be rejected. The - mats may be clamped or wired so that the mats will retain the horizontal and vertical alignment as specified by the plans or as approved by the Engineer. Deformed wire may be used for tie bars and load transfer bars that require bending. When fabricated steel bar or rod mats are specified, the mats shall meet the requirements of ASTM A-184. 10. Mechanical Vibratory Equipment All concrete placed for pavement shall be consolidated by approved mechanical vibrators designed to vibrate the concrete internally. The internal type will be used for full -depth placement. Vibratory members shall extend across the pavement practically to, but shall not come in I V-13 1 11. contact with the side forms. Mechanically operated vibrators shall be operated in such a manner as to not interfere with the transverse or longitudinal joints. Separate vibratory units shall be operated at sufficiently close intervals to provide uniform vibration and consolidation to the entire width of the pavement. The frequency in air of the internal spud type vibratory units shall be not less than 8,000 cycles per minute and not less than 5,000 cycles per minute for tube types and the method of operation shall be as directed by the Engineer. The Contractor shall have a satisfactory tachometer available for checking the vibratory elements. The pavement vibrators shall not be used to level or spread the concrete but shall be used only for purposes of consolidation. The vibrators will not be operated where the surface of the concrete, as spread, is below the elevation of the finished surface of the pavement, except for the first lift of concrete where -the double strike off method of placement is employed, and the vibrators shall not be operated for more than 15 seconds while the machine upon which they are installed is standing still. Approved hand manipulated mechanical vibrators shall be furnished in.the number required for provision of proper consolidation of the concrete along forms, at joints and in areas not covered by mechanically controlled vibrators. These vibrators shall be sufficiently rigid to insure control of the operation position of the vibrating head. Complete and satisfactory consolidation of the concrete pavement is a most important requirement of this specification. Cores taken shall be carefully examined for voids, honeycombing or other evidence of incomplete consolidation. If such evidence is present, changes in the consolidation procedures and/or equipment will be made to insure satisfactory consolidation. Finishing Machine-Fininshing. All concrete pavement shall be finished mechanically with approved power -driven machines, except as herein provided. Hand -finishing will be permitted on the transition from a crowned section to a superelevated section without crown or curves, and on straight line superelevation sections less than 300 feet in length. Hand -finishing will also be permitted on that portion of a widened pavement outside the normal pavement width, on sections where the pavement width is not V--14 uniform, or required monolithic widths are greater than that of available finishing machines. Machine -finishing of pavement shall include the use of power -driven spreaders, power -driven vibrators, power - driven transverse strike -off, and screed, or such alternate equipment as may be substituted and approved by the Engineer. All concrete shall be consolidated by a mechanical vibrator. As soon as the concrete has been spread between the forms, the approved mechanical vibrator shall be operated to consolidate the concrete and remove all voids. Hand -manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. The transverse finishing machine shall first be operated to compact and fin_i_.sh the pavement to the requ red -section and grade, without surface voids. The machine shall be operated over each area as many times and at such intervals as directed. At least two trips will be required and the last trip over a given area shall be a continuous run of not less than 40 feet. After completion of finishing with the transverse finishing machine a transverse drag float may be used. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only and shall be held to a minimum. After finishing is complete and the concrete still workable, the surface shall be tested for trueness with an approved 10-foot steel straightedge. The straightedge shall be operated from the side of the pavement, placed parallel to the pavement centerline and passed across the slab to reveal any high spots or depression. The straightedge shall be advanced along the pavement in successive stages of not more than one-half its length. Practically perfect contact of the straightedge with the surface will be required, and the pavement shall be leveled to this condition, in order to insure conformity with the surface test required below, after the pavement has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The ' surface test with the straightedge shall then be repeated. V-15 12. 13. For one -lane pavement placement and uniform equipment for machine -finishing of concrete be as directed by the Engineer but shall not requirements of these specifications. widening, the pavement shall exceed the h After completion of the straightedge operation, as soon as construction operations permit, texture shall be applied with 1/8-inch wide metal tines with clear spacing between the tines being not less than 1/4 inch nor more than 1/2 inch. If approved by the Engineer, other equipment and methods may be used, provided that a surface texture meeting the specified requirements is obtained. The texture shall be applied transversely. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.060 inch with a minimum texture depth of 0.050 inch for any one test when tested in accordance with Test Method Tex- 436 A. Should the texture depth fall below that intended, the finishing procedures -shall be revised to produce the desired texture. Proportioning of Concrete Concrete shall be composed of Portland cement, fine aggregate, coarse aggregate, mineral filler and/or admixture if used and water, mixed in proportions as approved by the Engineer in the mix design as submitted by a commercial laboratory and in the manner set forth in this specification. On the basis of job and laboratory investigations of the proposed materials, the Engineer will fix the proportions by weight of water, coarse aggregate, fine aggregate, cement, admixture and mineral filler where required, in order to produce concrete of the specified strength and workability. Concrete Strength The concrete mix will be designed with the intention of producing a minimum average flexural strength (Modulus of rupture) of 600 pounds per square inch and compressive strength of 3000 psi at 7 days and/or a 28 day compressive strength of 3,600 pounds per square inch. The coarse aggregate factor (dry, loose volume of coarse aggregate per unit volume of concrete) shall not exceed 0.85. Unless otherwise shown on plans the concrete shall contain not less than six sacks of cement per cubic yard of concrete. The water -cement ratio (net gallons of water per sack of 94 pound cement) shall not exceed 6.0 gallon/sack. Concrete specimens shall be prepared, cured and tested as outlined in THD Bulletin C-11. V-16 14. Workability -of -Concrete Concrete shall be uniformly plastic, cohesive and workable. Workable concrete is defined as concrete which can be placed without honeycomb and without voids in the surface of the pavement. Workability shall be obtained without producing a condition such that free water appears on the surface of the slab when being finished as specified. Where water appears on the surface of the concrete after finishing and this condition cannot be corrected by reasonable adjustment in the batch design, the bleeding will be immediately corrected by one of the following measures or a combination of two or more of the following listed measures: a. Redesign of the batch b. Addition of mineral filler to fine aggregate c. Increase of cement content In the event that the measures taken do not eliminate the bleeding immediately, concrete placement operations will be suspended, as directed by the Engineer, and will remain suspended, until such time as additional trial mixes demonstrate that a non -bleeding batch design has been achieved. Failing to achieve a satisfactory laboratory batch design the Contractor will be required to use different materials and to submit samples thereof for additional trial mixes and pilot beams as specified in THD Bulletin C-11. The mix will be designed with the intention of producing concrete which will have a slump of 1-1/2 inches when tested in accordance with THD Bulletin C-11. The slump shall not be less than 1 inch nor more than 3 inches. 15. Mix Design Prior to the beginning of the concrete placement, and thereafter before any change in source or characteristics of any of the ingredients except mineral filler, sufficient compression tests using various quantities of cement and aggregates proposed for use shall be supplied the Engineer for consideration. Mixes will be designed and made in sufficient number to represent a wide range of water -cement ratios. These mixes shall comply with the requirements herein prescribed for workability. From these preliminary tests the water -cement ratio required to produce concrete of the specified V-17 strength will be selected by the Engineer. The Contractor may at any time present in writing a suggested mix design and the Engineer will make the tests necessary to determine its acceptability under these specification requirements. For mixing the concrete to be used in making the preliminary test specimens, the Contractor shall furnish and operate the mixer approved for use on this project. A minimum one cubic yard batch shall be mixed or a batch of sufficient size to afford proper mixing, whichever is the greater. In lieu of the above mixer and procedure, the Contractor may furnish a portable mixer of sufficient rated capacity to mix a minimum three -sack batch; in which case, the batch mixed for the preliminary test shall not be less than the rated capacity of the mixer furnished. No additional compensation will be allowed for equipment, "`• materials or labor involved in making preliminary test specimens. After the mix proportions and water -cement ratio required to produce concrete of the specified strength have been determined, placing of the concrete may be started. Type I cement shall have a specified surface area within a range of 1,600 to 1,900 square centimeters per gram. A change in the specific surface of the cement of more than 100 square centimeters per gram may require a new mix design. 16. Subgrade and Forms Preparation of subgrade. Rolling and sprinkling shall be performed when and to the extent directed, and the roadbed shall be completed to or above the plane of the typical sections shown on the plans and the lines and grades established by the Engineer. Drainage of the roadbed shall be maintained at all times. Sealed or treated subgrade cut in the preparation of the subgrade or setting of pavement forms shall be resealed or the subgrade restored to the original conditions as directed by the Engineer. See Section V-2. The subgrade shall be maintained in a smooth, compacted condition in conformity with the required section and established grade until the pavement is placed and shall be kept thoroughly wetted down sufficiently in advance of placing any pavement to insure its being in a firm and V-18 moist condition for at least 2 inches below the prepared surface. Sufficient subgrade shall always be prepared in advance to insure satisfactory prosecution of the work. No equipment or hauling shall be permitted on the prepared subgrade, except by special permission of the Engineer, which will be granted only in exceptional cases and only where suitable protection in the form of two-ply timber mats or other approved material is provided. 17. Placing and Removing Forms The subgrade under the forms shall be firm and cut true to grade so that each form section when placed will be firmly in contact for its whole length and base width, and exactly at the established grade. Forms shall be staked with at least three pins for each to -foot section. A pin shall be placed at each side of every joint. Form sections shall be tightly joined and keyed to prevent relative displacement. Forms shall be.cleaned and oiled each time they are used. Forms shall be set for a sufficient distance in advance of the point where concrete is being placed to permit a finished and approved subgrade length of not less than 300 feet ahead of the mixing. Conformity of the grade and alignment of forms shall be checked immediately prior to placing concrete, and all necessary corrections made by the Contractor. Where any forms have been disturbed or any subgrade becomes unstable, the forms shall be reset and rechecked. In exceptional cases, the Engineer may require stakes driven to the grade of the bottom of the forms. Sufficient stability of the forms to support the equipment operated thereon and to withstand its vibration without springing or settlement shall be required. If forms settle and/or deflect over 1/8 inch under finishing operations, paving operations shall be stopped and the forms shall be reset to line and grade. Forms shall remain in place for not less than 12 hours after the concrete has been placed. They shall be carefully removed in such a manner that little or no damage will be done to the edge of the pavement. Any damage resulting from this operation shall be immediately repaired. After the forms have been removed, the ends of all joints shall be cleaned, and any honeycombed areas pointed up with approved mortar. Immediately after pointing is completed, the form trench, if used, shall be filled with earth from the shoulders in such a manner as to shed water from rainfall or curing away from the edge of the pavement. on completion of the required curing, the V-19 .. E4F 1. 2. subgrade or shoulders adjacent to the pavement shall be graded in a condition to maintain drainage. Allowable grade revisions shall in no way affect the governing finishing and surface requirements of the completed pavement. All grade revisions shall be established by the Engineer. No additional payment over the contract unit price will be made for any pavement of a thickness exceeding that required on the plans as a result of adjustment of the forms. Concrete Mixing and Placing Mixincr The aggregates, mineral filler if required, cement and water shall be -measured separately, -introduced into the mixer, and mixed for a period of not less than 50 seconds nor more than 90 seconds, measured from the time the last aggregate enters the drum to the time discharge of the concrete begins. The required water shall be introduced into the mixing drum during the first 15 seconds of mixing.• The entire contents of the drum shall be discharged before any materials of the succeeding batch are introduced. The Engineer may increase the minimum mixing time to that necessary to produce thoroughly mixed concrete based on inspection or appropriate uniformity tests. The mixing time may be varied at any time necessary to produce acceptable concrete. If Ready -Mix concrete is used, the concrete shall be discharged into the specified hauling equipment and delivered to the road site. if truck agitators are used, the concrete shall be continuously agitated at not less than one nor more than six rpm as directed by the Engineer. The initial batch of concrete mixed after each time the mixer is washed out shall be enriched by additional mortar. The additional mortar shall be one sack of cement and three parts of sand. Placing Any concrete not placed as herein prescribed within 30 minutes after mixing shall be rejected and disposed of as directed except as provided otherwise herein. Except by V-2 0 specific written authorization of the Engineer, concrete shall not be placed when the temperature is below 400F, the temperature being taken in the shade and away from artificial heat. When such permission is granted, the Contractor shall furnish an approved enclosure, such as canvas -covered framework, to enclose and protect all pavement so placed, and shall maintain the temperature of the air surrounding the concrete at not less than 50OF for not less than 5 days. When concrete is being placed in cold weather, other than under the conditions stated above, the Contractor shall have available a sufficient supply of an approved covering material to immediately protect concrete if the air temperature falls to 320F, or below, before concrete has been placed 4 hours. Such protection shall remain in place during the period the temperature continues below 320F or for a period of not more than 5 days. Neither salt nor other chemical admixtures shall be added to the concrete to prevent freezing. The Contractor shall be responsible for the quality and strength of concrete under cold weather conditions and any concrete damage by freezing shall be removed and replaced at his expense. Concrete shall not be placed before sunrise and shall not be placed later than will permit the finishing of the pavement during sufficient natural light. Concrete shall be placed only on approved subgrade or sub- base, and unless otherwise indicated on plans, the full width of the pavement shall be constructed monolithically. The concrete shall be deposited on the subgrade or sub- base in such manner as to require as little rehandling as possible. Where hand spreading is necessary, concrete shall be distributed to the required depth by use of shovels. The use of rakes will not be permitted. Workmen will not be permitted to walk in the concrete with any earth or foreign material on their boots or shoes. The placing of concrete shall be rapid and continuous. Concrete shall be distributed to such depth that when consolidated and finished, the slab thickness required by plans will be obtained at all points and the surface shall not, at any point, be below the established grade. Special care shall be exercised in placing and spreading concrete against forms and at all joints to prevent the forming of honeycombs and voids. If in the opinion of the Engineer, the temperature, wind and/or humidity conditions are such that the quality of the concrete will not be adversely affected, the specified y placing time may be extended to a maximum of 45 minutes. V-21 3. 4. Reinforcing -Steel All reinforcing steel, including steel wire fabric reinforcement, tie bars, and dowel bars shall be accurately placed and secured in position in accordance with details shown on plans. Reinforcing bars shall be securely wired together at alternate intersections, following a pattern approved by the Engineer, and at all splices, and shall be securely wired to each dowel intersected. When wire fabric is used, it shall be securely wired together at all splices and to each dowel intersected. Tie bars shall be installed in the required position by the method and device shown on plans or by approved method and device equivalent thereto. Tightly adhered scale or rust which resists removal by vigorous wire brushing need not be removed except that excessive loss of section to the reinforcement due to rust shall be cause for rejection. Excessive loss of section shall be defined as loss of section to the extent that the reinforcement will no longer meet the physical requirements for the size and grade of steel specified. Where plans require an assembly of parts at pavement joints, the assembly shall be completed, placed at required location and elevation, and all parts rigidly secured in required position by the method and devices shown on plans. bowel bars shall be accurately installed in joint assemblies in accordance with plans, each parallel to the pavement surface and to the center line of the pavement, and shall be rigidly secured in required position by such means (as shown on plans) that will prevent their displacement during placing and finishing of the concrete. Joints When the placing of concrete is stopped, a bulkhead of sufficient cross sectional area to prevent deflection, accurately notched to receive the load transmission devices or dowels if required, and shaped accurately to the cross section of the pavement shall be provided and installed as a back-up for the joint filler and rigidly secured in required position to permit accurate finishing of the concrete up to the joint. After concrete has been finished to the joint, formation of the joint seal space and finishing of the joint shall be executed. The back-up bulkhead shall remain in place until immediately prior to the time when concrete placing is resumed, when it shall be carefully removed in such manner that no element of the V-22 joint assembly will be disturbed. The exposed portion of the joint assembly shall be free of adherent concrete, dirt or other material at the time placing of concrete is resumed. If necessary for proper installation of joint sealer, excessive spalling of the joint groove shall be repaired to the satisfaction of the Engineer in the manner which he prescribes. Careful workmanship shall be exercised in the construction of all joints to insure that the concrete sections are completely separated by an open joint or by the joint materials and to insure that the joints will be true to the outline indicated. 5. Weakened Plane Joints Weakened plane joints shall -consist -of transverse contraction joints and longitudinal joints and shall be sawed as specified on the plans or as directed by the Engineer. When the joints are sawed, the saw shall be power driven, shall be manufactured especially for the purpose of sawing concrete, and shall be capable of performing the work. Saw blades shall be designed to make a clean smooth cut having a width and depth of cut as detailed on the plans. Tracks adequately anchored, chalk, string line or other approved methods shall be used to provide true alignment of the joints. The concrete saw shall be maintained in good operating condition and the Contractor shall keep a stand-by power saw on the project at all times when concrete operations are under way. If membrane curing is used, the portion of the seal which • has been disturbed by sawing operations shall be restored by the Contractor by spraying the area with additional curing seal. 6. Contraction Joints Transverse contraction joints shall be formed or sawed joints perpendicular to the centerline and surface of the pavement. Where sawed joints are used, contraction joints at approximately 10 to 15-foot intervals shall be sawed as soon as sawing can be accomplished without damage to the pavement and before 12 hours after the concrete has been placed, the exact time to be approved by the Engineer. The remaining contraction joints shall be sawed in a uniform V--2 3 1 7. 8. 9. 10. pattern as directed by the Engineer, and they shall be completed before uncontrolled cracking of the pavement takes place. All joints shall be completed before permitting traffic to use the pavement. Longitudinal Joints Longitudinal joints shall be sawed within two days after construction of the pavement. Sawing shall not cause damage to the pavement and the grooves shall be cut with a minimum of spalling. No traffic (including construction traffic) shall be permitted on the pavement until the longitudinal joint is cut. Joint Sealers After the joints in the hardened concrete have been repaired (if necessary).and cleaned to the satisfaction of the Engineer, the joints will be filled with the W.R. Meadows SOF-SEAL. After the sealant -is installed it will effectively seal the joints against water, dirt and stones throughout repeated cycles of expansion and contraction. Asphalt Board Premolded materials, wherever used, shall be anchored to the concrete on one side of the joint by means of copper wire or nails not lighter than No. 12 B&S gage. Such anchorage shall be sufficient to overcome the tendency of the material to fall out of the joint. Spreading and Finishing All concrete pavement shall be consolidated by a mechanical vibrator. As soon as the concrete has been spread between the forms, the approved mechanical vibrator shall be operated to consolidate the concrete and remove all voids. Hand manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. After finishing is completed and the concrete still workable, the surface shall be tested for trueness with an approved 10-foot steel straightedge. The straightedge shall be operated from the side of the pavement, placed parallel to the pavement centering and passed across the slab to reveal any high spots or depressions. The straightedge shall be advanced along the pavement in successive stages of not more than one-half its length. Practically perfect contact of the straightedge with the surface will be required, and the pavement shall be leveled to this condition, in order to insure conformity V-24 with the surface test required after the pavement has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then be repeated. Extra water will not be added for finishing. After completion of the straightedge operation, the first pass of the burlap drag shall be made as soon as construction operations permit and before the water sheen has disappeared from the surface. This shall be followed by as many passes as required to produce the desired texture depth. There shall be no unnecessary delays between passes. The drag shall be wet during use and maintained clean and free from encrusted mortar. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than _ 0.025 inches with a minimum texture depth of 0_020 inches for any one test. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. The Contractor shall have available at all times hand brooms with stiff bristles for the purpose of providing textures -when the pavement surface is in such a condition that the burlap drag or other methods being employed will not provide the desired texture. ILI After completion of dragging and about the time the concrete becomes hard; the edge of the slab and joints shall be carefully finished as directed by the Engineer, and the pavement shall be left smooth and true to line. 11. Protection of Pavement and Opening to Traffic The Contractor shall erect and maintain the barricades required by plans and such other standard and approved devices as will exclude public traffic and traffic of his employees and agents from the newly placed pavement for the periods of time and at locations hereinafter prescribed by the Engineer. Portions of the roadway, or crossings of the roadbed required to be maintained open for use by traffic, shall not be obstructed by the above required barricades. The pavement shall be closed to all traffic, including vehicles of the Contractor, until the concrete is at least 7 days old. This period of closure to all traffic may be extended if, in the opinion of the Engineer, weather or other conditions make it advisable to provide an extension of the time of protection. V-25 t At the end of the 7 day period and as long thereafter as ordered by the Engineer, and if so desired by the Contractor, the pavement may be opened for use by vehicles of the Contractor provided the gross weight (vehicle plus load) of such vehicles does not exceed 14,000 pounds. Such opening, however shall in no manner relieve the Contractor from his responsibilities for the work. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned and earth placed against the pavement edges before permitting vehicles thereon. After the concrete in any section is 14 days old, or as long thereafter as ordered by the Engineer, such section of pavement may be opened to all traffic as required by plans or when so directed by the Engineer. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned, earth placed against the pavement edges and all other work performed as required for the safety of traffic. When High Early Strength Concrete, resulting from the use of Type III cement as required by plans or special provisions, is used, the pavement may be opened to all traffic after the concrete is 7 days old, or as long thereafter as ordered by the Engineer, subject to the same provisions governing the opening after 14 days as above prescribed. Where the Contractor desires to move any equipment not licensed for operating on public streets, on or across any pavement opened to traffic, he shall protect the pavement from all damage by means of two-ply timber mats of 2 inch stock or runways of heavier material laid on a layer of earth, all as approved by the Engineer. .The Engineer may require the opening of pavement to traffic prior to the minimum time specified above under conditions of emergency which in his opinion require such action in the interest of the public. In no case shall the Engineer order opening of the pavement to traffic within less than 72 hours after the last concrete in the section is placed. The Contractor shall remove all obstructing materials, place earth against the pavement edges and perform other work involved in providing for the safety of traffic as required by the Engineer in ordering emergency opening. Orders for emergency opening of the pavement to traffic will be issued by the Engineer in writing. 2. EARTH WORK A. Subgrade Preparation for curb and nutter, streets, paving (asphalt and concrete) alley returns, alley paving, valley_ gutters, and earth work. Description Sub -grade preparation shall include the removal, haul and disposal of all obstructions, including existing curbs, gutters, paving materials, base materials, concrete slabs and other obstructions shown on the plans or as designated by the Engineer and all scarifying, pulverizing, wetting, disking, blading and rolling with compactors to a depth of at least 6" on residential streets and to a depth of 12" on major thoroughfares and collector streets. Compactors will be used from the bottom to the finished sub -grade elevation to compact the subgrade to 95% Standard Proctor Density (A.S.T.M. D-698) in conformity to the line, grade and sections as shown on the plans or as established by the Engineer. After the obstructions have been removed, or in conjunction with such removal, the street bed and/or alley return foundation and/or sidewalk foundation shall be excavated and shaped in conformity with the typical section and to the line and grades as shown on the plans or as established by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. The excavation shall be done in such a manner as to require a minimum of fill to bring the subgrade to the correct elevation. When the subgrade is too low as initially excavated, the Contractor shall place additional soil or caliche in layers not exceeding four (411) inches and compact each layer by moistening and rolling. 1. Scraper Work The utilization of a scraper for excavation and shaping of subgrade and base is permitted with exceptions which are determined by depths of utility lines. Unless otherwise specified by the Engineer, the scraper shall not exceed 23 cubic yards capacity as rated loaded flush by the manufacturer. 2. Compaction Subgrade shall be compacted to 95% Standard Proctor Density (A.S.T.M. D-698) for all improvements except - I V-27 thoroughfare and collector street paving. Subgrade shall be compacted to 100% Standard Proctor Density for thoroughfare and collector street paving. Density tests (A.S.T.M. D-2922) will be performed and test rolling will be observed by City inspectors. Swelling subgrade (soils with plasticity index of 20 or more) shall be sprinkled as required to provide not less than optimum moisture during compaction. other subgrade soils will be compacted at a moisture content of plus or minus 2% of 2% below optimum moisture or other moisture content directed by the Engineer. Test rolling will be accomplished with a 25 ton pneumatic tire roller or other pneumatic tire roller approved by the Engineer. The Engineer may -require up to six passes of the roller .in determ ng the condition of the subgrade. Any soft or unstable areas found by test rolling wi11 be corrected by removing the soft or unstable material and replacing it with suitable compacted to specified density. The areas so corrected shall be test rolled as specified above. 3. Intersection Special care shall be exercised in grading street intersections where dips are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than six (611) or nine (911). Crown section shall becrin to decrease 60 feet back of end of radius for residential streets. Wider street dips will be blue topped as shown on the detail sheet. 4. Prosecution of the Work The Contractor may proceed with subgrade preparation on any schedule he may select except that, unless hindered by factors beyond his control, not more than seven (7) calendar days shall elapse between the time subgrade preparation is begun and the spreading and compacting of the base has started. Measures shall be -taken by the contractor not to leave driveways impassable during the night hours. 5. Excess Materials Materials excavated in excess of that needed in fill and backf ill behind curb shall be wasted by the Contractor. V-28 Care shall be taken by the Contractor to use only topsoil in the backfill behind the curbs. The Contractor may dispose of the surplus excavated material in any manner not objectionable to the public, and it is his responsibility to locate a suitable site for dumping the waste excavation. In any event, the Contractor shall not dispose of the surplus materials in any of the lake areas either outside or within the city limits. Location of disposal sites near any lake area must be approved by the Engineer. 6. Subgrade for Alley Paving The preparation of the subgrade for concrete alley paving aw shall be done in the same manner as other subgrade excavation which requires scarifying, wetting, disking, blading, rolling, and compacting. The Contractor will be required to excavate around existing improvements such as gas meter, water meters, poles, -etc. Each of these obstructions shall be the responsibility of the Contractor. Trees that conflict with the improvements shall be removed by the Contractor upon approval of the Engineer. The Contractor shall shape to subgrade to the cross- section shown on the plans and to the lines and grades established by the Engineer. After the forms are set and before the reinforcing is placed, the Contractor shall finally shape the subgrade so that there will be a minimum thickness of concrete of five (511) inches at the centerline and seven and one-half inches (7-1/211) at the outside edges. All areas where fill material is required shall be compacted. The subgrade shall be wetted and rolled to secure 90% Proctor Density in the upper six (611) making a firm foundation for the alley paving. The Contractor will be required to shape the portion of the alley outside of the limits of the concrete slab so that all drainage in the alley will be to the invert of the concrete slab. Excess excavated materials shall be hauled to any approved location. S. Embankment Description Prior to placing any Way" and/or "Clearing been completed on the which the embankment small excavations in 1 embankment, all "Preparing Right -Of - and Grubbing" operations shall have excavation sources and areas over is to be placed. Stump holes or other the limits of the embankment shall be V-29 I backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed loosened ground, or surface roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods and where indicated on plans or required by the Engineer, the ground surface thus prepared shall be compacted by sprinkling and rolling. Where embankments are to be placed adjacent to or over existing roadbeds, the roadbeds slopes shall be plowed or scarified to a depth of not less than six (611) inches and the embankment built up in successive layers, as hereinafter specified, to the level of the old roadbed before its height is increased. Then, if directed, the top of the roadbed shall be scarified and recompacted with the next layer of the new embankment. The total depth of the scarified and added material. shall not exceed the permissible depth of .layer. Trees, stumps, roots, vegetation, or other unsuitable materials shall not be placed in embankment. Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the roadbed and unless otherwise specified each layer shall be so constructed as to provide a uniform slope of 1/4" inch per foot from the center line of the roadbed to the outside. Embankments shall be constructed to the grade established by the Engineer and completed embankments shall correspond to the general shape of the typical sections shown on the plans and each section of the embankment shall correspond to the detailed section or slopes established by the Engineer. After completion of the roadway, it shall be continuously maintained to its finished section and grade until the project is accepted. Except as otherwise specified, earth embankments shall be constructed in successive layers for the full width of the individual roadway cross section and in such lengths as are best suited to the sprinkling and compaction methods utilized. Layers of embankment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by being spread by blading or other acceptable methods from piles or windrows dumped from excavating or hauling equipment in such amounts that material is evenly distributed. V- 3 0 Minor quantities of rock encountered in constructing earth embankment shall be incorporated in the specified embankment layers, or may be placed in accordance with the requirements for the construction of rock embankments in the deeper fills within the limits of haul shown on the plans, provided such placement of rock is not immediately adjacent to structures. Also, rock may be placed in the portions of embankments outside the limits of the completed roadbed width where the size of the rock prohibits their incorporation in the normal embankment layers. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. �` Where layers of unlike materials abut each other, each layer shall be featheredged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embank nunt- by -dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, disking, or similar methods to the end that a uniform material or uniform density is secured in each layer. Water required for sprinkling to bring the material to the moisture content necessary for maximum compaction shall be evenly applied and it shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. In order to facilitate uniform wetting of the embankment material, the Contractor shall water at the material source if the sequence and methods used are such as not to cause an undue waste of water. Such procedure shall be subject to the approval of the Engineer. 1. Compaction The compaction method shall require that each layer shall be compacted to the required density by any method, type, and size of equipment which will give the required compaction. The depth of layers, prior to compaction, shall depend upon the type of sprinkling and compaction equipment used. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the plans. V-31 1 The required compaction shall be 95% Standard Proctor Density A.S.T.M. D-698. After each section of earth embankment or select material is complete, tests as necessary will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method may be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. At any time, the Engineer may order proof rolling to test the uniformity of compaction of the embankment subgrade. All irregularities, depressions, weak or soft areas which develop shall be corrected immediately by the Contractor. Should the subgrade, due to any reason or cause, lose required stability, density, or finish before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing, or covering with a subsequent layer of granular material. Excessive loss of moisture shall be construed to exist when the subgrade soil moisture content is more than 4 percent below the optimum for compaction to Standard Proctor Density. (Also see Section V, Item 2 [A] Compaction.) At Culverts Embankments adjacent to culverts which cannot be compacted by use of the blading and rolling equipment used in compacting the adjoining sections of embankment shall be compacted in the manner prescribed below. The following requirements shall apply to the backfilli.ng of pipe culverts in addition to the pertinent portions of the general requirements given in the preceding section. After the bedding has been prepared and the pipe installed as required by the pertinent specifications, selected materials from excavation or borrow shall be placed along both sides of the pipe equally, in uniform layers not to exceed six (611) inches in depth (loose measurement), wetted and thoroughly compacted so that on each side of the pipe there shall be a berm of thoroughly compacted materials at least as wide as the external diameter of the pipe, except insofar as undisturbed material obtrudes into this area. The method and degree of compaction shall be same as specified above. V-32 1 Filling and/or backfilling shall be continued in this manner to the elevation of the top of the pipe. special care shall be taken to secure thorough compaction of the material placed under the haunches of the pipe. All fill or backfill below the top of the pipe shall be compacted mechanically in the same manner and to the density prescribed above, regardless of whether or not such material is placed within the limits of the embankment or roadbed.In the case of embankments, the remainder of the fill above the top of pipe shall be placed in accordance with the provisions for placing roadway embankment as prescribed in the pertinent specification'included in the contract. No construction traffic will be permitted to cross any pipe culvert until the minimum depth of fill above the pipe as determined by the Engineer has been placed and consolidated. 3. BASE COURSE The base course shall consist of a minimum of six (6") or nine (911) inches of compacted approved caliche, black base or combination of caliche and black base material shaped in accordance with the typical cross -sections provided in the plans and to the grades established by the Engineer. A. Hauling and Placing Approved base material shall be hauled in vehicles of uniform capacity to the site and dumped evenly so that an adequate quantity of material will be placed to provide a minimum of six (611) inches of compacted base material on all units except major thoroughfares streets. On these streets the Contractor will construct nine (911) inches of compacted base material. B. Processing Processing of caliche base shall be accomplished in mulitiple lifts of three (311) inches in compacted depth. Each lift or layer shall be thoroughly moistened and rolled as it is cut from the windrow. After all of the material is cut from the windrow to the sides, it shall be cut back to the center in lifts of three (311) inches and thoroughly moistened and rolled again. Succeeding layers shall then be placed similarly until the caliche base course is completed. Caliche base shall be compacted to 95% Standared Proctor Density (A.S.T.M. D-698) for all improvements except thoroughfare street paving shall be compacted to 100% Standard Proctor Density. V-33 Density tests (A.S.T.M. D-2922) will be performed and test rolling for base will be observed by City inspectors. Caliche base shall be compacted at a moisture content of plus or minus 2% of 2% below optimum moisture or other moisture content directed by the Engineer. The finished caliche base shall be test rolled with a 25 ton pneumatic tire or other approved roller. The Engineer may require up to six passes of the roller in determining the condition of the base. All nine (911) inch compacted caliche base shall be accomplished in three (311) inch lifts. The caliche course shall then be sprinkled as required and rolled with compactors as directed until a uniform compaction of specified "Standard Proctor Density" is secured. Throughout this entire operation, the shape of the course shall be maintained by blading; and"the surface upon completion shall be smooth and in conformity with the typical sections shown on plans and to the established lines and grade. Traffic may be allowed to travel on the caliche base, as directed by the Engineer, during construction. During this period, the caliche base shall be satisfactorily maintained by the use of water trucks, blades, drags and such other equipment as may be required. The base course shall be so maintained until the wearing surface is placed thereon. The surface shall not be placed on base course that exceeds optimum mixture by two percent (2%). Processing of asphaltic base shall be as directed by the Engineer and similar to that described under Hot Mix Asphaltic Concrete surface. Lift thickness will be indicated by the Engineer or as shown on the paving plans: Electronic screed controls will be required for placing black base on grade. The density required will be determined by the Engineer after material to be used has been approved. All areas and "nests" of segregated coarse or fine material shall be corrected or removed and replaced with well graded material as directed by the Engineer. Each layer of black base may be test rolled, as directed by the Engineer, with a 25 ton pneumatic tire or other approved roller requiring up to six passes before succeeding layers are placed. A delay in construction of a black base mat or surface will require test rolling and approval prior to construction of the next layer. V-34 C. 1. 2. Finishing Description The compacted base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. Failed Density or Weak Spots in Base The finished caliche base shall be checked for density requirements and by test rolling. Materials that fails the density requirement shall be reworked as necessary until passing. The full depth of caliche base shall be compacted to the extent necessary to remain firm and stable under test rolling. All irregularities, depressions or weak spots which -develop shall be corrected immediately by scarifying the areas affectd, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. If the Contractor chooses, he may repair the weak spot by removing the material involved and replacing it with type "C" hot mix or asphalt stabilized base. In this case, the surface may be applied as soon as the hot mix patch has been compacted and cooled to ambient temperature. Allowable Deviation in Finish Immediately prior to placing of surfacing, the base shall be checked and any deviation in excess of three -eights (318) inch from the established grade or true cross section shall be corrected as provided above for defects._ Longitudinally a straightedge 10 feet long shall be used to detect any deviation which shall be corrected as defects. 4. HOT MIX ASPHALTIC_ CONCRETE SURFACE A. 1. Description This item shall consist of 1-1/2" compacted C.O.L. Type licit or Type "D" hot mix asphaltic concrete surface, using approved crushed stone aggregate, constructed over a compacted base. The base shall be primed and a tack coat applied as required. Sampling and Testing Hot Mix Asphaltic Concrete for Compaction ►VMV Hot mix asphaltic concrete will be accepted on a lot basis. A lot will consist of 1000 tons or each days production and will be divided into three (3) equal sublots. Pavement density will be determined by taking the average density for each lot, from the three sublots, the average Maximum Theoretical Density, taken from trucks delivering hot mix asphaltic concrete to the site. The samples will be tested in accordance with ASTM D-2041. Each lot of compacted pavement will be accepted, with respect to density, when the average field density is within the below listed specifications. Four field density determinations will be made for each lot. Cores taken from the pavement will be used to test the field density. The density of the cored samples will be determined in accordance with ASTM D-2726. Density Specifications Based on Maximum Theoretical Density Minimum - 94.5% Optimum = 96.0% Maximum = 97.5% If the mixture produced does not have the specified qualities, it shall be adjusted until it does. The pavement shall be constructed on the previously completed and approved subgrade, base, existing pavement, bituminous surface or in the case of a bridge, on the prepared floor slab, as herein specified and in accordance with the details shown on the plans. 2. Temperature Requirements A. November 1 until April 1 1. The asphaltic mixture shall not be placed when the air temperature is below 55 degrees F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 50 degrees F and rising. B. April 1 till November 1 1. The asphaltic mixture shall not be placed when the air temperature is below 50 degrees F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 45 degrees F and rising. V-36 3. 4. The air temperature shall be taken in the shade away from artificial heat or as reported by the National Weather Service on their hourly report (Telephone No. 762-0141). The Engineer may use his discretion to require a cover over the asphaltic mixture when being hauled from the plant to the job site. If the temperature of a load of asphaltic concrete measured while passing through the lay -down machine is 25 degrees F less than the mixing temperature, the load may be rejected by the Engineer and payment will not be made for the rejected material. Preparation of Base and Areas Bordering The compacted base upon which the hot mix asphaltic concrete surface is to be placed shall be prepared and cleaned, as required by the Engineer, before the prime coat is applied. Prime Coat The prime coat shall consist of an application of .25 gallons per square yard of MC asphalt. 5. Tack Coat Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned thoroughly to the satisfaction of the engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by the engineer, with approved sprayer. Where the mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material meeting the requirements for tack coat. The tack coat shall be rolled with a pneumatic tire roller as directed by the Engineer. 6. Transporting Asphaltic Concrete The asphaltic mixture, prepared as specified above shall be hauled to the work site in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during day -light hours. The inside of the truck body may be V-37 7. given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited. Placincr Generally the asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine in such manner that when properly compacted the finished pavement will be smooth, of uniform density and will meet the requirements of the typical cross sections and the surface tests. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter, and structures. The surface course shall be laid in a compacted layer with a minimum compacted thickness of one and one-half inches (1-1/2"). A level up course, 1/2" or more in thickness, shall require the use of black base or a coarse grade of hot mix approved by the Engineer. It shall be spread and compacted to lines and grades as established by the Engineer. When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer, provided a satisfactory surface can be obtained by other approved methods_ Adjacent to flush curbs, gutters, liners and structures, _the surface shall be finished uniformly high so that when compacted it will be slightly above the edge of the curb and flush structure. All joints shall present the same texture density, and smoothness as other sections of the course. The joints between old and new pavements or between successive days work shall be carefully made to insure a continuous bond between old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive days pavement shall be sawed with an approved concrete saw to expose an even vertical V-38 M surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous material before the fresh mixture is placed. compacting As directed by the Engineer, the pavement shall be compacted thoroughly and uniformly to the required density. The specified rollers shall be used, except as provided in paragraph (3) below. Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length_ On super -elevated curves, rolling shall begin at the low side and progress toward the high side unless otherwise directed by the Engineer. Rolling with pneumatic roller shall be done as directed by the Engineer. Rolling shall be continued until required compaction is obtained and all roller marks are eliminated. One tandem roller, two pneumatic rollers and at least one three wheel roller, as specified above, shall be provided for each job. Additional rollers shall be provided if needed.The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any displacement occurs,it shall be corrected at once by the use of rakes and of fresh mixture where required. The roller shall not be allowed to stand on pavement which has not been fully compacted. To prevent adhesion of the surface to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All rollers must be in good mechanical condition. Necessary precautions shall be taken to prevent the droppings of gasoline, oil, grease or other foreign matter on the pavement, either when the rollers are in operation or when standing. When indicated on the plans or permitted by the Engineer in writing, the pavement may be compacted to the required density by the use of compacting equipment other than that specified herein. Hand tamping. The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the roller, shall be thoroughly compacted with lightly oiled tamps. V-39 9. 10. 11. Rolling with the trench type roller will be required on widening areas in trenches and other limited areas where satisfactory compaction cannot be obtained with the three wheel and tandem rollers. Surface Tests The surface of the pavement, after compaction , shall be smooth and true to the established line, grade and cross section, and when tested with a 10 foot straight edge placed parallel to the centerline of the roadway or tested by other equivalent and acceptable means, except as provided herein, the maximum deviation shall not exceed 1/8 inch in 10 feet, and any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch deviation in 10 feet requirement may be waived by the Engineer. Surface Density -Test See Section IV, Item 10-D. Laboratory Control. Equipment Spreading and Finishing Machine. The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required, and shall have adequate power to propel the delivery vehicle in a satisfactory manner when the mixture is dumped into the finishing machine. The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capacity to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. The finishing machine shall be operated in a low gear, or as directed by the Engineer, at a speed to produce a surface that will meet the requirements of the typical cross section and surface test. Any vehicle which the finishing machine cannot push or propel in such a manner as to obtain the desired lines and grade without resorting to hand finishing will not be allowed to dump directly into the finishing machine. Vehicles dumping into the finishing machine shall be mechanically and/or automatically operated in such a manner that overloading the finishing machine being used cannot occur and the required lines and grade will be obtained without resorting to hand finishing. V-40 Dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be approved by the Engineer,provided that the loading equipment is constructed and operated in such a manner that substantially all of the mixture deposited on the roadbed is picked up and placed in the finishing machine without contamination by foreign material of the mixture. The loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. Forms. The use of forms will not be required except where necessary to support the edges of the pavement during rolling. If the pavement will stand rolling without undue movement, binder twine or small rope -may be used to align the edges. Motor Grader. The motor grader, if used, shall be self- propelled propelled power motor grader; it shall be equipped with pneumatic tired wheels; shall have a blade length of not less than 12 feet; shall have a wheel base of not less than 15 feet ; and shall be tight and in good operating condition and approved by the Engineer. Pneumatic Tire Rollers. The pneumatic tire roller shall be an acceptable self-propelled roller mounted on pneumatic tired wheels, with the weight capable of being varied uniformly from 275 to 550 pounds per inch width of tire tread, so constructed as to be capable of being operated in both a forward and a reverse direction and shall have suitable provision for moistening the surface of the tires while operating. All tires of the same roller shall be smooth tread of equal size and diameter and shall be arranged in such a manner that the gap between the tires of one axle will be covered by the tires of the other. The tire pressure of each tire shall be adjusted as directed by the Engineer and this pressure shall not vary by more than 5 pounds per square inch. Two Axle Tandem Roller. This roller shall be an acceptable power driven tandem roller weighing not less than 8 tons. Three Wheel Roller. This roller shall be an acceptable power driven three wheel roller weighing not less than 10 tons. V-41 Trench Roller. This roller shall be an acceptable power driven trench roller equipped with sprinkler for keeping the wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The drive shall be not less than 20 inches wide.The roller under working conditions shall produce 325 pounds per linear inch of roller width and be so geared that a speed of 1.8 miles per hour is obtained in low gear. Straightedges and Templates. When directed by the Engineer, the Contractor shall provide acceptable 10 foot straightedges for surface testing. Satisfactory templates shall be provided by the Contractor as required by the Engineer. All equipment shall be maintained in good repair and operating condition and shall be approved by the Engineer. The Contractor shall furnish -such suitable machinery, equipment, and construction forces as may be necessary, in the opinion of the Engineer, for the proper prosecution of the work, and failure to do so may cause the Engineer to withhold all estimates which have or may become due or the Engineer may suspend work until his requests are complied with. 12. opening to Traffic The pavement shall be opened to traffic when directed by the Engineer. All construction traffic allowed on the pavement shall comply with City Ordinance governing traffic on City Streets. If the surface ravels,corrugates or shoves, it will be the contractor's responsibility to correct this condition at his expense. 5. CLEANUP Within three days after completion of any Sub -Unit of paving the Contractor shall clean, remove rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance of the Sub -Unit will be considered. V-42 The cleanup shall include the sloping, filling and shaping of the area between the curb and property line. This area shall be filled with good top soil. When the ground behind the curb is higher than the top of the curb, the Contractor will be required to cut this area down to provide a smooth, even slope between the property line and the curb. M 6. PROTECTION OF EXISTING UTILITIES 1 A. Adjustment of Valves and Manholes The City Forces will place valve boxes and manholes on finished grade after the base has been finished to grade. The Contractor shall allow the City Forces at least 3 days to do this work after finishing the base and before application of asphalt. It shall be the responsibility of the Contractor to notify the Water and Sewer Department 48 hours after curb and gutter has been completed so that.the City Forces can properly schedule their work. In all alleys the City Forces will set the valve boxes and manholes to grade after the forms are in place. Any variation in this procedure that causes expense to the City shall have the approval of the Engineer, and such expense shall be borne by the Contractor. B. Installation Adjustments and Protection of Utilities and Traffic Installations The plans show only approximate locations of utilities as obtained from the various utility companies and shall not relieve the Contractor from familiarizing himself with all underground utilities. It is not implied that all existing utilities are shown on the plans. The City of Lubbock does not assume any responsibility for any utility lines which are not shown on the plans. The utility companies will attempt to move all utilities that can be reasonably removed prior to beginning of construction; however, this does not relieve the Contractor from any damage that he might do to any utility property. In case of any damage, the Contractor shall immediately notify the utility company. City Water and Sewer 762-6411,Ext.2595 Lubbock Power and Light 762-6411,Ext.2554 City Traffic Shop 762-6411, Ext.2140,2144 Energas Traffic Shop 741-4200 V--43 1 Southwestern Public Service Southwestern Bell Telephone Cox Cable of Lubbock City Traffic Engineering 763--2881 741-6101 793-2222 762-6411,Ext.2132 Sequence: The sequence of utility adjustments has been mutually agreed upon by the utility companies in the City of Lubbock and will attempt to follow the following schedule: Plans for contract project will be delivered to all utility companies two weeks prior to opening bids. As a general rule, these projects will have been staked. The utility companies will relocate all items necessary, locate and flag all meters, valves, manholes, underground cables, etc., prior to the date the Contractor -is to begin construction. After the subgrade is completed on alley paving projects, and after the base is completed on all street paving projects, all manholes, valve boxes , etc., will be set to finished grade by the utility companies. The site shall be left in a clean condition. On all projects, including private contracts, the Contractor shall exercise care not to damage any sanitary sewer pipe or manholes, storm sewer pipe or manholes, or telephone cable or manholes, water or gas lines, valve boxes , meter boxes, nor any other pipe or utility. If necessary, the Contractor shall call the department or company concerned and make arrangements for adjusting the manhole, valve box, meter box,or other utility to grade. on all projects for which he is awarded a contract, the Contractor will be responsible during the construction period for any damages to manholes, valve boxes, meter boxes, and other utilities. Should any item be damaged during the process of construction, the Contractor is to notify the affected utility company and the City inspector. The utility company will immediately repair the damaged item. Any bills for damage will be sent through the Department of Engineering. The Department of Engineering will process all bills and fix responsibility for damage and govern the extent of repair. V-44 ft Private contracts do not have plans, but utility companies will be furnished cut sheets and notified of impending construction by letter. Other items such as adjustments, damages, etc. will be handled the same as for bid let projects. The utility companies will schedule their work with the Contractor. When utility adjustments commence before the contract is awarded, it will be the responsibility of the utility company to barricade the project. Unless otherwise agreed upon by the City and the utility companies involved, the sequence of installation of underground utilities shall be as follows: Utility Sequence Sewer .First Electric (Primary) Second Electric (Secondary) Third Telephone Fourth (last if no power or T.V.) T.V. Cable Fifth Water Sixth Gas Seventh Traffic Engineering Eighth on all projects, including private contracts, the Contractor shall not place curb and gutter or base material at points where underground utilities cross or propose to cross until such utilities have been adjusted or installed. 7. SALVAGING AND REPLACING BASE II A. Description "Salvaging and Replacing Base" shall consist of removing the existing base material where shown on plans, such temporary storage as is necessary, and the replacement of this material on the prepared roadbed as herein specified I V-45 1 and in conformity with the typical sections shown on plans and to the lines and grades as established by the engineer. B. Construction Methods 1. Salvaging Existing Base The existing base, including any bituminous mat not shown on plans to be salvaged, shall first be cleaned of all dirt or other objectionable material by blading, brooming or other approved methods, then scarified to the width and depth as may be required to provide the estimated amount of salvaged material per station as shown on the plans. Subgrade shall be reworked, if necessary, as directed by the Engineer. Any bituminous mat encountered shall be broken into particles not more than two inches in size, and incorporated uniformly with the existing base. The material thus salvaged shall be placed in stockpiles or windrows until sufficient subgrade has been prepared to receive the salvaged material; then, if the Contractor so elects, the remaining old base material as salvaged may be placed directly upon the prepared subgrade as directed by the Engineer, thus eliminating the necessity of stockpiling. It shall be the responsibility of the Contractor that all the available material shall be salvaged and replaced and shall be kept reasonably free of soil from the subgrade or roadbed during the salvaging and replacing operations. When material is windrowed or stockpiled, it shall be so placed not to interfere with traffic, proper drainage or the general progress of the work. 2. Preparation of Subgrade Preparation of subgrade shall be in accordance with Section V, Item 2 Earth rvork of these specifications. 3._Replacement of Salvage Material The salvage material shall be in accordance with Section V, Item 2 Earth Work of these specifications. S. SALVAGING AND STOCKPILING -BASE MERIAL A. Description This item shall consist of salvaging base material from places shown on the plans or as directed by the Engineer and of stockpiling that material where shown on the plans or directed by the Engineer. B. Construction Methods V-4 6 Trash, wood, brush, stumps and other objectionable material at the storage site shall be removed and disposed of as directed by the Engineer prior to the beginning of work required by this item. The base material, including any asphalt mat, which may not be shown on the plans, shall be cleaned of all dirt or other objectionable material. Asphaltic materials shall be broken into pieces not more than two inches in size and incorporated uniformly with the salvaged base material. Material to be salvaged shall be worked into stockpiles or windows and loaded by approved equipment into approved equipment for hauling to the stockpile site. It shall be the responsibility of the Contractor that all the available material shall be salvaged and kept reasonably free of soil from subgrade or road bed during the salvaging operations. The operation shall be conducted in such manner as not to interfere with traffic, drainage or the general requirements of the work. After the material is deposited in the stockpile area, it shall be worked into a neat compact stockpile. 9. TOLERANCE IN PAVEMENT THICKNESS The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with ASTM C-174. Pavement thickness shall be not less than the specified minimum thickness. When the measurement of any core is less than the specified minimum thickness, the actual thickness of the pavement in this area shall be detemined by taking additional cores at not less than 10-foot intervals parallel to the centerline in each direction from the affected location until each direction from the affected location until in each direction a core is found which is not deficient. Areas found deficient in thickness shall be removed and replaced with pavement of the minimum thickness specified. Cores shall be obtained at the discretion of the Engineer. 10. PERFORMED PAVEMENT MARKINGS A. Description_: This work will consist of furnishing and installing retroreflective preformed pavement markings in accordance with this provision and in reasonably close conformity with the dimensions and lines shown on the plans or established by the Engineer. B. Materials: The preformed markings shall consist of white or films with selected and blended to ` yellow pigments V-47 conform to standard highway colors through the expected life of the film. Glass beads shall be incorporated to provide immediate and continuing retroflection. The size, quality and refraction index of the glass beads shall be such that the performance requirements for the markings shall be met. The bead adhesion shall be such that beads are not easily removed when the material surface is scratched with a thumbnail. The film shall have glass bead retention qualities such that when a 2" x 6" sample is bent over a 1/2" diameter mandrel, with the 2" dimension perpendicular to the mandrel axis, microscopic examination of the area on the mandrel show no more than 10% of the beads with entrapment by the binder of less than 40%. Preformed words and symbols shall conform to the applicable shapes and sizes as outlined in the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways," dated 1980, or as modified. The preformed markings shall be capable of being adhered to asphalt concrete or portland cement by a pre -coated pressure sensitive adhesive. A primer may be used to precondition the pavement surface. The preformed marking film shall mold itself to pavement contours by the action of traffic. The pavement marking films also shall be capable of application on new, dense and open graded asphalt concrete wearing courses during the paving operation in accordance with the manufacture's instructions. After application, the markings shall identify proper solvents and/or primers (where necessary) to be applied at the time of application, all equipment necessary for proper application, and recomemndations for application that will assure the materials shall be suitable for use for one year after the date of receipt. C. Classification The markings shall be general purpose high durability retroflective pliant polymer film without liner backing for preformed longitudinal and transverse markings. Words and symbols are required to have -liner backing for proper shipping and handling. D. Requirements 1. Composition: The retroreflective pliant polymer pavement marking film shall consist of a mixture of high quality polymeric materials, pigments and glass V-48 . beads distributed throughout its base cross sectional area, with a reflective layer of beads bonded to the top surface. 2. Reflectance: The white and yellow films shall have the following initial minimum reflectance values at 0.2 degrees and 0.5 degrees observation angles and 86.0 degrees entrance angle as measured in accordance with the testing procedures of Federal Test Method Standard 370. The photometric quantity to be measured shall be specific luminance (SL), and shall be expressed as millicandelas per square foot per foot candle. The metric equivalent shall be expressed as-millicandelas per square meter per lux. The test distance shall be 50 feet (15m) and the sample size shall be a 2.0 x 2.5 feet rectangle (0.61 x 0.7m). The angular aperture of both the photoreceptor and light projector shall be 6 minutes of arc. The reference center shall be the geometric center of the sample, and the reference axis shall be taken perpendicular to the test sample. Observation White Yellow Angle 0.2 0.5 0.2 0.5 SL 550 380 410 250 3. Acid Resistance: The beads shall show resistance to corrosion of their surface after exposure to a 1% solution (by weight) of sulfuric acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid into 1000 cc of distilled water. CAUTION: always add the concentrated acid into the water, not the reverse. The test shall be performed as follows: Take a 1" x 2" sample, adhere it to the bottom of a glass tray and place just enough acid solution to completely immerse the sample. Cover the tray with a piece of glass to prevent evaporation and allow the sample to be exposed for 24 hours under these conditions. Then decant the acid solution (do not rinse, touch, or otherwise disturb the bead surfaces) and dry the sample while adhered to the glass tray in a 150 degree F (66 degree C) oven for approximately 15 minutes. Microscopic examination (20X) shall show no more than 15% of the beads having a formation of a very distinct opaque white (corroded) layer on their entire surface. 4. Reflectively Retention: To have a good, effective performance life, the glass beads must be strongly bonded and not be easily removed by traffic wear. The following test shall be employed to measure reflectively retention: Taber Abraser Simulation Test Using a Taber Abraser with an H-18 wheel and a 125 gram load, the sample shall be inspected at 200 cycles, under a microscope, to observe the extent and type of bead failure. No more than 15% of the beads shall be lost due to popout and the predominate mode of the failure shall be "wear down" of the beads. 5. Skid Resistance: The surface of the retroreflective pliant polymer film shall provide an initial minimum skid resistance value of 45 BPN when tested according to ASTM E-303-74. 6. Tensile Strength and Elongation: The film shall have a minimum tensile strength of 150 pounds per square inch of cross-section when tested according to ASTM D 638-76, except that a sample 6" x 1" shall be tested at a temperature between 70 degrees F and 80 degrees F using a jaw speed of 10 to 12 inches per minute. The sample shall have a minimum elongation of 75% at break when tested by this method_ 7. Thickness: The film without adhesive shall have a minimum thickness of 0.06". 8. Effective Performance Life: The film, when applied according to the recommendations of the manufacturer, shall provide a neat, durable marking that will not flow or distort due to temperature if the pavement surface remains stable. Although reflectivity is reduced by wear, the pliant polymer shall provide a cushioned, resilient substrate that reduces bead crushing and loss. The film shall be weather resistant and, through normal traffic wear, shall show no fading, lifting, shrinkage, significant tearing, roll back, or other signs of V-50 1 1 1 1 �I ti poor adhesion, which will significantly impair the intended usage of the marking for a period of one year after installation. E. Installation: 1. Newly Paved Asphalt Concrete Surface: These markings shall be applied when directed by the Engineer after application of emulsion. 2. Newly Paved Portland Concrete Surface: These markings shall be applied before the road surface is open to public traffic. The surface shall be and blasted, and primers, as recommended by the manufacturer, shall be used. 3. Existing Road Surface: When markings are applied to existing road surfaces, application shall be made in accordance with the manufacturer's recoimmendation. General Note: The City of Lubbock Traffic Egineering Department will have the final say as to whether primer is needed for proper installation of preformed markings when surface temperature is below 59°F. F. Method of Measurement: Linear pavement markings will be measured in linear feet, complete -in -place for the width specified. Word and symbol pavement markings will be measured in units of each. G. Basis of Payment: Retroreflective preformed pavement markings will be paid for at the contract unit price, which price shall be full compensation for cleaning and preparing the pavement surface for furnishing and placing all materials and for all materials, labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under: Payment Item Preformed Pavement Marking, linear (width) Preformed Pavement Marking, words/symbols V-51 Pay Unit Linear Foot Each (THIS PAGE LEFT BLANK INTENTIONALLY) I SECTION V TRENCH SAFETY This contract involves trenching more than five (5) feet deep. The contractor shall provide trench safety systems in accordance with OSHA Safety and Health Standards (29 CFR 1926/1910). The contractor will be required to conduct a safety program for this trench system including, but not limited to, the designation of a representative at the job site to be in charge at all times Is during the implementation and maintenance of the trench safety throughout the life of this contract. � I 1 � I I I � I � I 1 � I V - 1 1 (THIS PAGE LEFT BLANK INTENTIONALLY) = lM v , "M r an TRENCH SHORING --MINIMUM REQUIREMENTS Sizo and spacing of members Uprights Stringers Cross bracos ` Width of trench Maximum spacing Oepfh of Kind or eonddioli of earth Irench Minimum Maximum Minimum Maximum Up la 3 3 to 6 feel 6 to a loot Rio 12 12 to 15 Varucel Horizontal d�mens�on spacing dimension spacing loot tool feel Feel Inches Feet Inches Feet Inches Inches Inches Inches Inches Fool Foot 5 to 10 Hard, compact ............................... 3x4 or 2x6 6 ................... ..-...................... 2x6 4x4 4xa 6x6 axe 4 6 Likely to crack ............................... 3x4 or 2x6 3 4X6 4 2x6 4x4 4x6 6x6 axe 4 a Close Sall, sandy, or filled. ............ 3x4 or 2x6 sheeting 4x6 4 4x4 4x6 axe axe axe 4 6 Close Hydrostatic pressure .................... 3x4 or 2x6 Shecling 6x6 4 4X4 4xe 6x6 6xa axe e 4 6 10 fo 15 Hard.,.... _.. _ ,... 3x4 or 2x6 4 4x6 4 4x4 4x6 6x6 axe axe 4 e Likely to Crack ............................... 3x4 or _ 2x6 2 4x6 4 4x4 4X6 6x6 6xa axe ...._............... 6 Close Solt. sandy, or idled.»....,_..„.».. 3x4 or 2x6 sheeting 4x6 4 4x6 6x6 axe axe 8x10 4 6 close Hyd,oslal.cpressuro....,. ....... ...... 3x6 sheeting aXIO 4 4X6 6X6 6Xa axe 5X10 4 a Close 15to20 All kinds orconn.lions,...„.„..— 3x6 sreoting ax12 4 4x12 6xa exa ex10 I tOx10 4 ¢ Ctaso Over20 All kmdsor;ond.Lons._....._. .. 3x6 sheeting 8xe 4 4x12 axe exfo 10Xt0 10x12 L4 6 'Trench larks mar. bo used in kou of. or m combmal+en with, cross braces. 51`4nrg is nol ley, red m MAO rock, 1.31d Shale, or hard stag Wr+cre de:uaLlo, steel sheet p.nng and bracing of equal strength may ba substituted for wood. (THIS PAGE LEFT BLANK INTENTIONALLY) i Cleats Stringers ONE EXAMPLE OF SEVERALTYPES OF SHEETING �_ Sheet Pilings Uprights Braces Trenching machine TRENCH SHIELD Spoil � Trench shied--7amper� r It, (THIS PAGE LEFT BLANK INTENTIONALLY) a f 0 TRENCH JACKS IN TRUE HORIZONTAL POSITION AND SPACED VERTICALLY Uprights I AVOID DANGEROUS OVERHANGS! ALL MATERIALS USED FOR SHORING SHALL BE IN GOOD CONDITION,FREE OF DEFECTS AND OF AT LEAST MINIMUM SIZE SHOWN IN ACCOMPANING CHART. SHORING SHALL CLOSELY FOLLOW THE EXCAVATION. (THIS PAGE LEFT BLANK INTENTIONALLY) 1 1 1 I 1 I 1 1 1 1 1 1 LE I APPENDIX A LIGHTING FOUNDATION DETAILS (THIS PAGE LEFT BLANK INTENTIONALLY) I I � "� pOZ EC L IC,UTjS >�Y OW�JL`rL I $Y ow+jtaZ j" .r, � r+c L �S � E AT�•Aca.Sty`n Su�T �A,R.1 • v Lh�1t 1 D�M�TiSioNg // QEc. COt•104J1► AAl GONQVC OQSPt IL" •.fir' /�rrG , k Ca-x�a iM.KLOO S•-0-11 I LP*L COG (THIS PAGE LEFT BLANK INTENTIONALLY) w I ANCHOR BELT TEMPLATE FOR SMALL BREAKAWAY BASE { ------ 10 3 /4' ----f l i 10 3/4' (THIS PAGE LEFT BLANK INTENTIONALLY) 1� D I 1 APPENDIX B EXPLORATORY BORING FOR CONTRACTOR'S INFORMATION ONLY ISubsurface conditions not guaranteed. � I � I I 1 1 I (THIS PAGE LEFT BLANK INTENTIONALLY) SPECIAL CONDITIONS .44- (THIS PAGE LEFT BLANK INTENTIONALLY) I City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 806-757-21 B7 August 13, 1991 WHITE'S PUMP SERVICE & SUPPLY, INC. ATTN: BILL R. WHITE PO BOX 5126 LUBBOCK TX 79417 SUBJECT: Municipal Hill Fuel Facility Office of Purchasing The City of Lubbock, having considered the proposals submitted and opened on the 31st day of July, 1991, for work to be done and materials to be furnished in and for: City of Lubbock Bid # 11457 MUNICIPAL HILL FUEL FACILITY ' as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the August 8, 1991, at the bid price contained therein, subject to the execution of and furnishing of all other documents specified and required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of r Lubbock. CITY OF LUBBOCK Wene 4Eads, C.P.M. Purchasing Manager 11 (THIS PAGE LEFT BLANK INTENTIONALLY) POWER OF ATTORNEY Know all Men by those Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, an Indiana Corpora- tion, has constituted and appointed, and does hereby constitute and appoint H. R. Boyle, James P. Reilly, Catherine F. Rosan Michael Ferreira, Richard D. Wagner, Justin C. Larkman, Jennifer C. Bolster, Paula White, Debra Carnegie, Annette L. Rivera, Vincent Moy and Ann Marie Tinerino of New York, New York --------- each its true and tat+wful Attorney -in -Fact to execute under such designation in Its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon of otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Sail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified In such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds; Lease bonds, Workers' Compensation bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. a Bonds on behalf of contractors in connection with bids, proposals or contracts, to Wkwes Wlundf, the said FEDERAL MfSURANIM COIN MT haw Pum Mq b Id ay-L plead 1Mp Dnaenq b be Npted by Iif V&w Prooftnt and Assish N 6ect(Nty and Its corporate uW to be hereto affixed Ihis 1st day of May 10 90 3 `5 ,,4- FEDEL NCI COMPANY eyRA Ja o. oixan Vice PseeiderA County of Somerset } ems. on H* 1st der d May 1s 9 0 . teekxe rt>♦ peradrhey oatn. Richard Q O'C«hn« b me Svrp m and by me khwrtm b I>. AsawM seche4ry d the FEDERAL +<eauRAMCE COMPANY. Ow corporation d sawed in and +rthnGh axaawd saw keep4 y Fuse. or Ananey. and the said RictxM D. o'Conndr being by aw duly &earn, did depose and soy Rw he is AsstamM Seuatary of Ow FEDERAL. NOURA W2 COMPANY and motes 1tN corpor" eeai toted: Coal Ow a" errand to the fweggng Poow d Attof ft is such corporate seal and was tlwam oHhgd by auitwrity of ter By-Laeva d said Comp", and that he eip-+sd said Pow of Attorney as Asabtonl secretary of said Corrgmny by ika authority, and that M m atquakrtod wo isms D. Dion and knows him to be the Vitae Praeidert d said Corrpamq, and VW the Wuk" d said .terms D. DWn aftarted b & W Pvwar d Attorney is m IM geratiw htWwrebg of uhd Jrnes D. Dom and was OmM subscribed by auMrity of said ayd ales and w depDroM's prewro Ndirial Seal Act xNrleo ed and Sworn to bekxe me `O on Gve date fib" NOTAW KftIe ' JAHn A SCAVOW Koury P�rc CEFMFWAT1oM Noy,r Public, State of Now W"I 1 No 2066520 STATt I]F i ss. Gommi" n FxPttw Odoba, 2, t494 County of Somerset I I. the undereigrwd, Aa WAM So"z y of the FEDERAL INSURANCE COMPANY, do hereby o"ty 6W the Io 4o%" w a true e>coarpt from the Sy -Laws M the said Compairy as adopted by" Board of airvcWx on Mach 2. IWO and tW Grin etU w is in tuft force and .fleet. "ARTICLE xVHI. section 2. All bonds, un lanahWgc contracft and other hat unwnts other loan as abaft Idr and on WWII of the Gdnpany wtkh a is auMortmd by tea or its & a w to aacuhe, may and anal be aaeaned in tw nerve ant on behalf of the Compwv eitlht by the Clukman or err Vice Chairman or IM PnsWanl or a Vxs Prpldw%t jointly VMh 1M SomOry of an Aaaleitt Secrtery. under theU respective derognaNDna, awcepi Ihal any ono of mom dficera or ataxrrys-uMed doslprased in any reackmion of aw Board d Olrecbrs or the Etaaeutho Connin w or In any power of etonwy exammd as pranced Ior in Section 3 bolus, may amdnwe any eudh bond, undwft" or Wwr obligwon as provided in Mxh moolufion or power of ailomey. a Secaiorn I AA powers d albmey err and on berrH of the Carrpry nuq w4 pus be waectoed in 1M rare and on benea d ter Canpeny, aHhar by foe Chairman or the Vkb Ch&Mw or tN Preaidtl or a Vise Frniderr a an A"WAN VWe Presided, jokry with the Seorstary a art Aaeietent Sovewy, under their reepec"a daagnmo ns TM aWtahrre or Kalil: dW" maybe ergrnW, prWd*d or Wmgraptrd. TM swature of each d fit Idtome g d60Ma: Che■rnah, Vioe Cheirrrwt. Prwidem. any Vice Pnaidem rV Aoaiaiant Vhce Pleedeod. any may. saw Aaaluars Seemisy and lit veal d fw Comic" maybe affiaed by locakrhre to" - pout d MoTwy or b any Cut cdit mWWg I ax ap�poo ling AsehsMq t ommtin or AAomeya-rr foal purpoew only of srism*V and allealinp bonds ant underukin{pq and odw wri irgs abiio" in ew nahrra Wereaf. and try such pcmw d awwW or avNeWe MaVg snit: tatxltrele sipnao m or U cWmHe east &W Do vaed and bkK** Won the Company and any ax-h Potwar eA sxw~ and O&Mfod by such fecsimft sommum and tacsi ift a" *W be valid and bwOwV upon ter CornpaW with rasped io any bond or u derlakig bwhich li is afteched." I I~ catty OW said FEDERAL. PISURAWX COMPANY he duly kcarwd b transact 4" rW aunty btnneae in each d iM stain of aw Un"d stew d America. Diauld d Cau mbe, Poem Rion, rid Bede d ter PmvwwA* of Canada wO um ercWb n of Pranoe Edwrd IelrKt and it Ww dry leaned b bacon sow a natyon bonda, un ierwid gs, etc. prnWrw or required by lave I.Ova urndersiprwd Aestewo secretary of FEDERAL INSURANCE COMPANY, do hereby oerWy Coal the ixegoiq Power of Anorrwy is in tub brae Mid allege Gpmn undw my hard and the, anal CO said Company M warnn, NJ.. Corpora seal iENERAL I I r. 1 IN HITNEU WIE(tlFOF, the said Principat (s) sad surety (s) have signed and sated this initmxent this • 10th&y of September 19�. Principal ABB POWER DISTRIBUTION, INC. By: loin n44R11j.-:TiAf6- (ritte) sr (Title) FEDERAL INSURANCE COY surety (Title) Debra Carnegie Attorney —in —fact The undersigned snroty'ewpsny represento that it is duly qualified to do business in Texas, and hereby des- ignates * SEE BELOW on agInt resident in Lubbock County to vhoa any requisite notices my be delivered and an wham service of process way be had in matters &rising out of such suretyship. * BEN SPURGIN INSURANCE AGENCY 717 NORTH HARWOOD #300 DALLAS, TEXAS 75201 Approved es to form: FEDERAL INSURANCE COMPANY Suret i rgy. L WLA 0 1,( 0� {Title) Debra Carnegie Attorney —in —fact +Motes If sidnad by an officer of the Surety Company there wAt be on file s certified extract free the by -taws showing that this person has authority to sign such obligation. If signed by an Attorney irs Fact, we m mt h ve copy of parer of attorney for our fites. DISCLOSURE OF GlAMNTYNTY F�„ND NOTIFICATION IN THE EVENT THE INSURANCE COMPANY IS UNABLE TO FULFILL ITS CONTRACTURAL OBLIGATION UNDER THIS POLICY OR CONTRACT OR THE CERTIFICATE OF EVIDENCE OF COVERtAGE, THE INSURER IS NOT COVERED BY AN INSURANCE GUARANTY FUND CR OTHER SOLVENCY PROTECTION ARRANGEMENT. r .is- (THIS PAGE LEFT BLANK INTENTIONALLY) P" A-, gm- PAYMENT BOND -13- (THIS PAGE LEFT BLANK INTENTIONALLY) STATUTORY PAYS¢MT BOID PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUM OF TEXAS AS AMtMDED ty ACTS OF TOE %TN LEGISLATURE, REGULAR SESSION, 1959 BOND NO. 8131-14-93 KNOW ALL MEII BY THESE PRESMS, that AM FOWER DMUBMIIM, thereinafter celled the Principal(s), as Principal(s), and FEDERAL. INSURANCE COMPANY (hereinafter called the Surety(s), as Sure A bi l7IITiy�o the City of Lubbock (hereinafter, Called the Obligee), in the amount of tars (SM 4400.DU lawful stoney of the United States for the payment whereof, the said Principal and Surety bird themselves, and their heirs, mftIrtfa- trators, executors, staceactors and assigns, jointly and severally, ffmty by these presents. WHEREAS, the Principal Us entered Into a certain written contract with the Obliges, dated the 30th day of September 1991 , to -- manfuacture and deliver eigli-t-'(8) frames 15HKII switchgear and said Principe( under the law is required before eameneing the work provided for in said contract to execute a band in the amount of said contract ►hick contract is hereby referred to and made a part hereof as fully and to the ware extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OSLIGATICK IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to hie or asub-contractor in the prosecution of the work provided for in said con - Met, then, this oNI"tion shall be void; otherwise to resmin in full force and effect; PROVIDED, LOHEYER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Arts of the 56th Legislature, Regular Session, 1959, and sit Liabilities on this bond shall be determinted in accordance with the provisions of said Article to the same extent as if it wore copied at leepth herein. sp:^?,j t'BJ i; ten, ' y E�'," i i 9'.�i of B(1ND;` #F 1 , _. BEST RR . 112 LICENSED IN T S` - DATE B r. IM VIT)lESS WKKOF, the said Principal (s) and Surety (%I have signed and se*Led this imtmjmnt this I Othday of Sept=tuber 1921. , FEDERAL INS MN E_ COMPANi[ . Suety Principal (� ABB POWER DISTRIBUTION, INC.LA i BY: (Title) Debra Carnegie Attorney -in -fact jrler ?QLSiOCc,Mr- MAk'A'ISTiAtG- (TitL*) sy: (Title) The andersipned surety"eoepany represents that it is duly qualified to do business in Texas, and hereby des- ignates * SEE BELOW an agent resident in Lubbock County to vhom any requisite notices may be delivered and on whoa service of pemess my be had in matters arising out of such suretyship. * BEN SPURGIN INSURANCE AGENCY FEDERAL INSURANCE COMPANY Sorel 717 NORTH HARWOOD 1300 DALLAS, TEXAS 75201 .2y: L wLA 0 �U Q_, {Title) Debra Carnegie Approved as to form: Attorney -in -fact City o k k sy: City Attorney •wotct if signed by an officer of the Surety Company there mast be on file a certified extract from the by- twe showing that this person has authority to sign oxh obligation. If signed by an Attorney in Fact, we aunt have copy of power of attorney for our files. DISCLOSURE OF GUARANTY FUND NOTIFICATION IN THE EVENT THE INSURANCE COMPANY IS UNABLE TO FULFILL ITS CONTRACTURAL OBLIGATION UNDER THIS POLICY OR CONTRACT OR THE CERTIFICATE OF EVIDENCE OF COVERAGE. THE INSURER IS NOT COVERED BY AN INSURANCE GUARANTY FUND CR OTHER SOLVENCY PROTECTION ARRANGEMENT. .i.lit J. .is- ArKN0"' .E:DGM.EN'7 Cyr ANr%L,4.r� r STATE OF NEW YORK t COUNTY OF NEW YORK , On this loth day of September 19 91 before me personally came Debra Carnegie who, being by me duly swam, did depose and say that 'he is an Attorney-irrFacl of the FEDERA;. INSURANCE COMPANY, and knows the corporate sea! thereo`.; that Ine r.., sea! affixed to said annexed instrument is such corporate seal, and was thereto affixed by authority o' the Power of Attorney of said Company, Of which a Certified Copy is hereto =achet, and that he signed said In- strument as an Anomey-in-Fact of said Company by iike zxnority. MCEW YOY My Commission Expires NO" PW"' state •t—WSW YCrk Nw 4926962 lvElif4d in New Yert County�� Courumon EXPLse Apnl 25. Acknowleoaee an- Swo.m.. to be!orc me me ease dove wri-'Ien (rtiCtery PL'St._1 (THIS PAGE LEFT BLANK INTENTIONALLY) A� FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 1990 .., (in thousands of dollars) LIABILITIES AND ' ASSETS SURPLUS TO POLICYHOLDERS Short Term Investments ............... S 186,734 Outstanding Losses and Loss Expenses.. S 2,935,643 United States Treasury Bonds.......... 315,035 Unearned Premiums .................. 871,957 United States Government and Federal Accrued Expenses ................... 80.181 Agency Guaranteed Bonds ........... 276,270 Non -Admitted Reinsurance ............. 30,185 State and Municipal Bonds ............ 2,177,474 Dividends Payable to Policyholders ...... 24,746 Other Bonds ........................ 414,420 Loss Portfolio Transfer ................ (145-1626) Common Stocks ..................... 209,554 Other Liabilities ...................... 196,332 Other Invested Assets ................. 87,099 TOTAL INVESTMENTS .............. 3,666,586 TOTAL LIABILITIES. . ............. 3,995,418 Capital Stock ........................ 13,987 r-, Investments in Affiliates: Paid -In Surplus ...................... 472.986 Vigilant Insurance Company ......... 200,591 Great Northern Insurance Company ... 68,609 Unassigned Funds ... ............... 591,747 Pacific Indemnity Company .......... 321,258 Bellemead Development Corporation... 376,501 Unrealized Appreciation of Investments 325,912 C.C. Canada Holdings Ltd ........... 68,062 Other Affiliates ..................... 47,482 SURPLUS TO POLICYHOLDERS 1,404,632 Cash 12,963 Net Premiums Receivable ............. 402,322 Other Assets ........................ 235.476 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS .......... $ 5,400.050 TO POLICYHOLDERS.. . ... ...... $ 5.400,050 I Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $13,173 are deposited with government authorities as required by law. State, County & City of New York, — ss: Richard Hight, Assistant Secretary of the Federal Insurance Company being duty sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 1990 is true and correct and is.a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 1990. Subscribed and sworn to before me this 1st day of April, 1991. Assistant Secretary DORISF SPARKS NOTARY PUBLIC. C. Slate of New York No 4612679 Oualdiec in Putnam Countv Notar Public Cernt,cate Flee in New York County y Commission Exv,res June 30, 1993 PAi4 T E; Form 27.10-0071A (Rev 4.91) u5 (THIS PAGE LEFT BLANK INTENTIONALLY) POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren. New Jersey. an Indiana Corl tion, has constituted and appointed, and does hereby constitute and appoint H. R. Boyle, James P. Reilly, Catherine F. Ro ,_. Michael Ferreira, Richard D. Wagner, Justin C. Larkman, Jennifer C. Bolster, Paula White, Deb Carnegie, Annette L. Rivera, Vincent Mov and Ann Marie Tinerino of New York, New York-------- eachits true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as sL thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the do or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Cush or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State. City, Town, Village, Bc or other body or organization, public or private: bonds to Transportation Companies, Lost Instrument bonds; Lease bonds, Workers' Compensation bor Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witneu Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws. caused these presents to be signed by its Vice President and Assistant Secretary and its corporate to be hereto affixed this 1st day of May tg 90. FEDERAL 1 RANCE COMPANY By Ja D. Dixon Vice President STATE OF NEW JERSEY SS. County of Somerset On this 1st day of Ma V - 19 9 0 . before "personally came Richard D. O'Connor to me known and by me known to he Assistant Secretary of the FEDERAL INSURANI r•, COMPANY. the corporation described in and which executed the foregoing Power of A iomey and iris said Richard D. O'Connor being by me duly sworn, did depose and say that be is Assistant Secretary of t FEDERAL INSURANCE COMPANY and knows the corporals seal thereot; that the seal affixed to the foregoing Power of Attorney is such corporate seat and was thereto affixed by authonity of the ByLaws Was Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; and that he is acquainted with James D. Dixon and knows him to be the Vice President of said Compar and treat the signature of said James D, Dixon subscribed to said Power of Attorney is in the genuine handwriting of said James D. Dixon and was thereto suoscribed by authority of said By -Laws and in deponaWs prasenc ..� Notarial Seal Acknowledged and Sworn to before meILI - _ on the date above yiitltlen. MOTAW ' f": i s T" "- 3ANFT A. SCAVOW Notary Public PlIQ"tCIc ,y ►4bol Public, State of flew terraY CERTIFICATION NO 206652C STATE OF SEY OCtod doe SS Comtnisston Excite, . , County of Somerset 1, the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY. do hereby certify that the following is a true excerpt from the By-laws of the said Company as adopted by its Board of Direao on March 2. 1990 and treat this By -Law is in full force and effect. "ARTICLE XVIII. Section 2. All bonds. undertakings. contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its Charter to execute, may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice Chairman or the President or a Vice President, ioindy with the Secretary or an Assistant Secretary, under their respective designations. except that any one or more officers or attorneys-m-fact designated in any resolution of the Board of Directors or the Executive Committee, or in any power of attorney executed as provided for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attorney. _ Section 3 All powers of attomey for and on behalf of the Company may and shall be executed in the name and on behas of the Company, either by the Chairman or the Vice Chairman or the President or a Vice Presdem or an Assistant Vice President. pointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, Vice Chairman. President, any Vice President. any Assistant Vice President. any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Aroorneysrnfact for purposes only of executing and abesting bonds and undertakings and other writings obligatory in the nature thereof. and any such power of attorney or certificate bearing such facsimile signature or tacit ib seal shall be valid and binding upon the Company and any such power so executed and cenified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to arty bond or undertaking to which it is attached" I further certify trial said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America. District of Columbia. Pusno Rico, and each of it A Provinces of Canada with the exception of Prince Edward Island: and is also duly licensed to become sob suretyon bonds. undertakings. etc., permitted or required by law. 1, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the toregoing Power of Attorney is in full force and effect. Given under my hand and the seal of said Company at Warren. N.J., r^ Corporate Seal ENERAL PRINTE IN USA (THIS PAGE LEFT BLANK INTENTIONALLY) P" PERFORMANCE BOND -16- (THIS PAGE LEFT BLANK INTENTIONALLY) IITATi1TORY PER►ORMUCE 80110 PUMOT TO ARTICLE 5160 OF TU RCVISED CIVIL STATUTES OF TEXAS AS BOND NO. 8131-14-93 AMEYDED BY ACTS OF IRE 56T9 LEGISLATURE, REGULAR SESSION 1959 ABB POWER DISTRIBUTION, INC. CHOW ALL WN BY TNME PRESEI(TS, that . (hereinafter called the Principal(s), as Principal(s), and r-� FEDERAL INSURANCE COMPANY ,..,, (hereinafter eslLed the SuretyCs), as the the City of Lubbock (hereinafter called the C)bligoe), in the saiount of tl (1 0 fats (522� lawful money of the Uoited states for the pryeent whereof, the said Principal and Surety bind themselves, and their heirs, adrinistra- tors, executors, successors and assigns, jointly and severally, firuty by these presents. iC DEAS, the Principal, hss entered into a certain written contract with the Obligee, dated the 30tky of September , 1921 to manufacture and deliver eight (8) frames I.5HKII switghgear and said principal trader the law is required before ca=encing the work provided for in said contract to execuie'a bond in the amunt of said contract which contract it hereby referred to and erode a part hereof as fully and to the sane extent as if copied at length herein. VOW, THEREFORE, THE CWITIOK OF THIS CGLIGATION IS SUCH, that if the said PrincipaL shall faithfully per- force the work in accordance with the plans, speeificatiens and contract documents, then this obligation shall be void; otherwise to regain in full force and effect. r- PROVIDED, AgdEVEA, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th legislature, regular session 1959, and all liabilities on this bard shall be determined in accordance with the provisions of said article to the same extent as if it wort copied at tength hereln. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have sigrxd and sealed this instrorent this 10th day of September 19 91. ~ "VDAT TNSURAN(IE rOMPANY �$ POidF�R T)TSTRTRTTI'T(1N_ INC. Su ty Principe way: By: •—►— (Title) Debra Carnegie (//e-` pQCSiD�NT—/✓lA�kLi//✓G- Attorney—in—fact CtMe) `CND CHECK BEST RAIHNG . DWE By By: (title) By: (Title) .17• The undersigned'surety comparvy represents that it is duly qualified to do business in Texas, and hereby designates *SEE BELOWen own resident in Lubbock cwnty to whoe any requisite notices may be delivered and on whoa service of process my be had in mtters arising out of such suretyship. * BEN SPURGIN INSURANCE AGENCY 717 NORTH HARWOOD 1300 DALLAS, TEXAS 75201 Approved as to form City of Lubbock t Bys City Attorney FEDERAL INSURANCE COMPAr Surety CTit(e) Debra Carnegie Attorney —in —fact *Rote: If signed by an officer of the Surety Company, there nA t be on file a certified extract frsw the by -taws showing that this person has authority to sign such obtigatton. If signed by an Attorney in fact, we strst have copy of power of attorney for-_ouc-_fiIts--------_-- —.--- DISCLOSURE OF GUARANTY FUND MTIFICATION IN THE EVENT TIE INSURANCE COMPANY IS UNABLE TO FULFILL ITS CONTRACTURAL OBLIGATION UNDER THIS POLICY OR CONTRACT OR THE CERTIFICATE OF EVIDENCE OF COVERAGE, THE INSURER IS NOT COVERED BY AN INSURANCE GUARANTY FUND CR OTHER SOLVENCY PROTECTION ARRANGEMENT. -18- 6 `i A--KNDWI-MGMEN'T OF ANN: k J 1r%J i nvrr�r� i n r-, r—, STATE OF NEW YORK COUNTY OF NEW YORK On this loth day of September 19 91 before me personally came Debra Carnegie_who. being by me duly swum, did repose and say that 'he is an r-, Attomey-in-Fact of the FEDERAL lnSORANCE COMPANY, and knows the corporate seal there--`,; that the seal affixed to said annexed instrument is such corporate see,, and was thereto affixed by authority o` the Power of Attamey of said Company, of which a Certified Copy is hereto annxed, and that he signed said ln- strument as an Anomey-in-Fact of said Company by like 2u;hority. VINCENT Noy M)' Commission Expires t4@" PWic, Stet• Of —Now York " 4926062 •uslified In No* Yerk County,, C4ffwr"Mign ESWnis AonI 25, Acknowiedoee anc Swo..m zo before r7)E On me Cate c'—,)DVe ►purer) (f�;,tary Puc;,ci M— FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 1990 (in thousands of dollars) ASSETS Short Term Investments ............... $ 186,734 United States Treasury Bonds .......... 315,035 United States Government and Federal Agency Guaranteed Bonds........... 276,270 State and Municipal Bonds ............ 2,177.474 Other Bonds ........................ 414,420 Common Stocks ..................... 209,554 Other Invested Assets ................. 87,099 TOTAL INVESTMENTS .............. 3,666,586 Investments in Affiliates: Vigilant Insurance Company ......... 200,591 Great Northern Insurance Company ... 68.809 Pacific Indemnity Company .......... 321,258 Bellemead Development Corporation ... 376,501 C.C. Canada Holdings Ltd ........... 68.062 Other Affiliates ..................... 47,482 Cash .............................. 12.963 Net Premiums Receivable ............. 402,322 Other Assets ........................ 235.476 TOTAL ADMITTED ASSETS .......... S 5,400.050 LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses .. $ 2,935.643 Unearned Premiums .................. 871,957 Accrued Expenses ................... 80,181 Non -Admitted Reinsurance............. 30,185 Dividends Payable to Policyholders ...... 24,746 Loss Portfolio Transfer ................ {145;626) Other Liabilities ...................... 198,332 TOTAL LIABILITIES ....... ........... 3,995,418 , Capital Stock ........................ 13,987 Paid -in Surplus ...................... 472,986 Unassigned Funds ................... 591,747 Unrealized Appreciation of Investments . 325,912 SURPLUS TO POLICYHOLDERS...... 1,404,632 TOTAL LIABILITIES AND SURPLUS TO POLICYHOLDERS ............. S 5,400.050 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $13.173 are deposited with government authorities as required by law. State, County & City of New York, — ss: Richard Hight, Assistant Secretary of the Federal Insurance Company beinb duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 1990 is true and correct and is -a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 1990. Subscribed and sworn to before me this 1st day of April, 1991. Assistant Secretary DORISBLF tale of NOTARY PUBLIC, Slate of New Yore No 4612879 OuOleed in Putnam County NotaryPublic Certificate F,fed in New Yore Count Commission Expoes June 30. 1993 Form 27-10-0071A lRev 4-91) POWER OF ATTORNEY r— Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey. an Indiana Co tion, has constituted and appointed, and does hereby constitute and appoint H. R. Bovle, James P. Reilly, Catherine F. R Michael Ferreira, Richard D. Wagner, Justin,C. Larkman, Jennifer C. Bolster, Paula White, De Carnegie, Annette L. Rivera, Vincent Moy and Ann Marie Tinerino of New York, New York-------- eachits true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for ana on its behalf as thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Ball Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the i or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Cus or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Village, E or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds; Lease bonds. Workers' Compensation bit Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Sonds,on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has. pursuant to Its By-laws. caused these presents to be signed by its Vice President and Assistant Secretary and its corporal to be hereto affixed this 1st day of May t9 90 FEDERAL I RANCE COMPANY By / Ja D. Dixon ✓/ i Vice President STATE OF NEW JERSEY I SS. County of Somerset on this 1st day of May 19 9 0 , before me personally came Richard D. O'Connor to me known and by me known to be Assistant Secretary of the FEDERAL INSURAI COMPANY. the corporation described in and which executed the foregoing Power of Attorney, and the said Richard D. O'Connor being by me duly sworn, did depose and say that me is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seat thereof: that me seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the Bylaws of : Company, and that he signed said Power of Attorney as Assistant Secretary of said Company try like authority: and that he Is acquainted with James D. Dixon and knows him to be the Vice President at said Comp. and trial the signature of said James D. Dixon sUbsCODed to said Power of Attorney is in the genuine handwriting of said James D. Dixon and was thereto subscribed by authority of said ByL3ws and in deponent's preset Notarial Seal Acknowledged and Sworn to before me on the date above 7tien. +•- oUELIC ��� �1; ./1 STATE OF EY SS. ... County of Somerset I JANIR A, jtAVOW Notary Public CERTIFICATION Ncstxry Public. Stare or !Jew kRtraY No 206652( Comintsston txoir.a Oeron- A 'OO^ 1. the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY. do hereby certify that the following is a true excerpt from the Bylaws of the said Company as adopted by its Board of Direct on March 2. 1990 and that this By -Law is In full force and effect. - "ARTICLE XVIII. Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute. may and snail be executed in the name and on behalf of the Company either by the Chairman or the Vice Chairmen or the President or a Vice President. jointly wan the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or atorneys•m-fact designated in arty resolution of the Board of Directors or the Executive Committee, or in any power of attorney executed as provided for in Section 3 below, may execute are such bond, undertaking or other obligation as provided in such resolution or power of attorney. i� Section 3 All poversof enorrey for and on behaff Of the Company may and shall be executed in the name andon behalf l the Company, either try the Chairman or the Vice Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under then respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the flowing officers: Chairman, Vice Chairman. President, any Vice President. any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-rri-Fact for purposes only of executing and attesting bonds and undertakings and Other writings obligatory in the nature �.,., therel, and any such power of attorney or certificate beanng such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond Or undertaking to which it is allaCned. I runner certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America. District of Columbia. Puerto Rico, and each of Provinces of Canada with the exception of Prince Edward Island: and is also duly licensed to become side surety on bonds, undertakings, etc.,permitted or required by law. 1, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY. do hereby certify that the foregoing Power of Attorney is in full force and effect. Given under my hand and the seat of said Company st Warren, N.J.. this loth day of e , 19. 1 Corporate Seat 7 Assistant Semuory PRINT IN US (THIS PAGE LEFT BLANK INTENTIONALLY) CONTRACT -19- (THIS PAGE LEFT BLANK INTENTIONALLY) CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8th day of August. 1991, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and ABB POWER DISTRIBUTION of the City of SANFORD, County of SEMINOLE and the State of FLORIDA, 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 CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- Lows: BID #11357 - LP&L SOUTH SUBSTATION STRUCTURES & EQUIPMENT IN THE AMOUNT $228 420.000 per ABB Power Distribution Inc. Proposal #5314-910612. and all extra work in connection therewith, under the to as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, Labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ... ST: Secr ary APPROVED AS TO CONTENT: / � p APPROVED AS TO FORM: c A_ ATTEST: Corporate Secrefary CITY OF LUBBOCK, TEXAS (OWNER) 6 If 6 ")// By: MAYOR ABB POWER DISTRIBUTION CONTRACT By: ���� �E� T T :YI@E Aei!�SlGK frikl'Er COMPLETE ADDRESS: 201 HICKMAN DRIVE SANFORD FL 32772-1978 -20- P- GENERAL CONDITIONS OF THE AGREEMENT -21- (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: ABB POWER DISTRIBUTION, �• who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to WAYNE HICKS, LPBL ENGINEERING, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any par- ticular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS ~ The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available r.. to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. b. 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 re- sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments �.. due Subcontractor. -22- 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK 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 docu- ments. 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 docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly Locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the owner against defects and deficiencies in the work of the Contractor. -23- 13. LINES AND GRADES ALL Lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's +� Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative ample notice of the time and place where Lines and grades will be needed. ALL stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive 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 shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage Litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the severaL kinds of work which are to be paid for under this contract. He shall determine aLL questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shaLL be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shaLL be thereafter adjusted to arbitration as hereinafter provided. �. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 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 Con- tractor 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 r►• engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. 0 -24- 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 his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision 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 Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob- servation, 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. -25- 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre- sentative, 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 Representa- tive to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any 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 Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur - then 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 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 in- crease 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 -26- case the Owner shall make such changes or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 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, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive 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 com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery 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 com- pensate him for his profit, overhead, general superintendence and field office expense; and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative 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 in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the -matter of payment to arbi- tration as herein below provided. -27- 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. r If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness �. shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sun so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 28. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm - Less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. -28- 29. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar 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. 30. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 31. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this 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 judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 32. 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 for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. 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. 33. 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent -29- property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 34. PRICE FOR WORK in consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the ^- aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 35. 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 de- fective 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 con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 36. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par- tial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may ^`^ be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 37. FINAL COMPLETION AND ACCEPTANCE within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. -30- 38. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 39. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 40. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 41. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 42. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's -31- Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's ti.. Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 43. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shall be final and binding on him. Should the other party fail to r choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be --� according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 44. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to " complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: a.-+ -32- (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies 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 com- pleted 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 com- pleted by said Contractor, then the Contractor and/or his 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 newspa- per 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. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 45. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a -33- fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 46. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with ^" Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. ALL bonds, if required, shaLL be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. P- 47. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 48. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 49. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 50. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall Leave the work room clean or its equivalent. The work shall be Left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. -34- (THIS PAGE LEFT BLANK INTENTIONALLY) SPECIFICATIONS -35- (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 1.0 - 6.9 KV CIRCUIT BREAKERS 1.00 QUANTITY Under the base bid, Bid Item #1.1, provide five (5) each 69 KV circuit breakers as specified below. Under Alternate Bid Item r- #1.2A the Vendor shall indicate the cost for a factory trained field service engineer / technician to perform final checkout and acceptance testing of five (5) circuit breakers as specified below in paragraph 1.17. 1.01 PROPOSAL DATA In addition to the price proposal data requested above, Vendors shall submit with their proposal two sets of complete descriptive data on the proposed equipment. This data shall .-� include weights, dimensions, and recommended maintenance intervals for critical components and systems. 1.02 SUBMITTAL DATA Within 30 days of contract award the Vendor shall submit five (5) sets of detailed outline drawings, anchor bolt drawings, *� conduit entrance drawings, wiring diagrams, CT excitation curves and other pertinent data as may be necessary for interfacing the 69 KV circuit breakers with the remainder of the substation equipment and systems being provided under this specification. Upon shipment of circuit breakers, the Vendor shall furnish five (5) certified copies of factory tests reports. These reports shall include, but not be limited to contact resistance test, operation times, CT performance data and dielectric test data. 1.03 EQUIPMENT CHARACTERISTICS This device is to be a dead tank design. The interrupting medium may be SF6 or bulk oil. The equipment shall have the following characteristics: Frequency 60 Hertz Phases Three Rated max. voltage 72.5 kV L-L Continuous current amps 1200 Amps Impulse withstand 350 kV BIL Sym. Inter. Current 25,000 Amps 1 Close voltage 125 Volts DC Trip voltage 125 Volts DC Motor and heater voltage 230 Volts AC Interrupting time (max) 3 cycles 1.04 CURRENT TRANSFORMERS Current transformers are required on this device. Current transformers are required as shown on the drawings, twelve total, four per phase, two per bushing. The current transformers shall be 1200:5 multi -ratio, Class C400. All five leads from each current transformer shall be brought to a shorting type terminal.block in a control cabinet. 1.05 BUSHINGS All 69 kV bushings shall be porcelain with threaded studs. Stud connectors will be provided under Section 3.0. 1.06 HEATERS The breaker shall have heaters and a thermostat to prevent condensation in the breaker control cabinet. The heaters shall be wired for 230 VAC. 1.07 AUXILIARY SWITCHES There shall be six "a" and six "b" auxiliary contacts available for customer use. The auxiliary contacts shall be wired to a terminal block in the control cabinet. 1.08 GROUNDING The breaker (stand) shall be furnished with 2 two -hole ground pads. 1.09 OPERATING MECHANISM The breaker shall use a stored energy operating mechanism with sufficient capacity for five (5) open and five (5) close operations. The breaker shall be mechanically and electrically trip free. Circuit breakers shall have two trip coils, a mechanical operations counter and a mechanical position indicator to indicate if the breaker is open or closed. Operators, controls and equipment shall be housed in a gasketed enclosure with provisions for padlocking. The breaker shall be capable of being reclosed within 20 cycles of the breaker being tripped. If an air pressure system is used, it shall be complete with an air tank, a 2 motor, a compressor, a pressure gauge on the tank, motor timer, and complete controls. The air tank is to be equipped with a -- condensate drain valve. Hydraulic operators shall be furnished with a pressure gauge, low pressure alarm contacts, motor timer and a hand pump for manually charging the system. 1.10 SF6 GAS INTERRUPTERS The SF6 gas interrupters shall be housed in an aluminum ^- housing with high pressure rupture discs to protect against sudden pressure build ups. Breaker poles shall have provisions for individual timing and adjustment. Interrupters shall be shipped with a nominal 5 - 7 pounds gas pressure, with final filling to be conducted in the field. 1.11 SF6 GAS MONITORING Provide a complete SF6 gas monitoring system to include the following features: a. Common monitoring system for all three poles. b. Gas density monitor. c. Low gas pressure alarm contact. d. Critical low gas pressure alarm and trip block. e. Pressure gauge. f. Gas filling provisions. 1.12 KNIFE SWITCHES AND FUSES Three fused knife switches shall be furnished. One fused knife switch for the compressor circuit (if a compressor is used), -� one for the heater circuit, and one for the control circuit. 1.13 PAINT The breaker color shall be ANSI 70, gray. 1.14 MANUAL TRIP The breaker shall be capable of being tripped mechanically (without control voltage) by pulling a lever on the breaker -- cabinet. When the breaker is tripped by pulling this lever it shall toggle a lockout switch (69 Device) which will prevent closing of the breaker until the lockout switch is reset. Exceptions to providing a manual trip level shall be clearly stated in the quotation. 3 1.15 OIL If an oil filled breaker is supplied, an oil level gauge, an upper filter press connection and a lower drain valve shall be furnished. The oil should be furnished in drums if the breaker cannot be shipped with oil. The manufacturer's oil test requirements shall be supplied with the proposal. 1.16 STAND The breaker shall be furnished complete with a stand. The stand shall be adjustable and provide clearance above foundation as shown on the drawings. The anchor bolt plan and foundation loading drawings shall be provided with the proposal. A drawing of the stand shall be furnished with the proposal. 1.17 TOOLS The vendor shall supply one set of any special tools required for the normal operation and maintenance of the breaker. The breaker shall be shipped with the windlass (if a windlass is used in the maintenance of the breaker) installed if practical. 1.18 FIELD SERVICES Under Alternate Bid Item # 1.2A, the Vendor shall provide the services of a field service engineer / technician to direct, inspect, and supervise breakers and to conduct breakers. This proposal equipment and per diem technician. 1.19 SF6 GAS HANDLING CART the installation of SF6 gas in the circuit acceptance testing of the circuit shall include all travel, lodging, meals, expenses for the field service engineer / Under the base bid the Vendor shall provide one (1) SF6 gas handling cart. This gas cart is required even if the Vendor is quoting bulk oil circuit breakers. This cart shall have a storage tank with a minimum volume sufficient to store 375 pounds of sulfur hexafluoride gas at 104 Deg. F. The tank shall be an ASME certified pressure vessel with a design pressure of 600 PSIG. The storage tank shall have the following accessories: a. Drain valve b. ASME approved safety valve c. Pressure gauge d. Temperature gauge e. Tank heater, 1.0 KW f. Isolation valves for all lines g. Refrigeration coil h. Liquid level sight glass The gas cart shall also have a vacuum pump with a displacement of 17CFM, driven by a 1 1/2 HP motor. The vacuum pump shall be capable of extracting gas and water vapor from a leak - tight chamber or the on -board storage tank down to an absolute pressure of 1 torr. The vacuum shall have a clearly visible oil sight glass and provisions for draining and refilling the oil. The gas cart shall also be furnished with an SF6 gas compressor driven by a 3/4 HP motor with a minimum capacity of 100 standard cubic feet per hour at 100 PSIG discharge pressure and 0 PSIG suction pressure. The gas compressor shall be an oil -less design and shall have an elapsed time meter. Provide on the gas cart an automatic refrigeration system to cool the stored SF6 gas to 26 Deg. F. as the gas is being removed from the circuit breaker. This system shall have the effect of limiting the SF6 gas compressor discharge pressure to less that 100 PSIG by controlling the storage tank gas pressure. The refrigeration system compressor crankcase shall have a heater for -- cold starting. The gas cart shall have a control panel in a weatherproof gasketed enclosure with the following instruments and controls: a. Main power circuit breaker b. Amber lamp indication for "TANK HEATER ON" c. Fuse for control circuits d. On -off switch for vacuum pump e. On -off switch for SF6 gas compressor ... f. On -off switch for tank heater g. H-O-A switch for refrigeration system h. Electronic vacuum gauge i. Storage tank pressure gauge (0-600 PSIG) j. Compressor discharge gauge, (0-150 PSIG) k. Storage tank temperature gauge, -20 Deg.F. to +240 Deg. F. -- 1. Inlet pressure / vacuum gauge. The entire system shall require less than 1OKW of electrical power and shall operate from a 240 volt, 1 phase, 60 HZ. supply. The system shall be protected by a main circuit breaker and motors shall be protected by thermal overloads. The gas saving cart shall be mounted on a single axle trailer with pneumatic tires, electric tail lights, stop lights and turn signal lights, a retractable third wheel, stabilizing ;-^ jacks, and a pintle eye hitch. The equipment shall be completely enclosed in a weatherproof sheet metal housing. Hinged doors with two point latches shall be installed to provide access to all equipment and controls. All door latches shall have provisions for padlocking. The complete trailer and enclosure shall be painted white. The completed unit shall be tested prior to shipment. The system shall be leak tested using a halogen leak detector with the system under positive pressure. After leak testing, the system 0 shall be charged with dry nitrogen and sealed for shipment. The system shall be provided with two sets of Operating and Maintenance Instruction Manuals, two 25 foot long service hoses with J.I.C. 37 degree fitting, threaded on the free end, a valve position display panel with LED indicators, and a gas conditioning loop. The gas conditioning loop shall have a molecular sieve dryer to remove moisture, arcing by-products, hydrocarbons, and sub - micron size particulates. The loop shall also include a pressure regulator, adjustable between 40 and 100 PSIG, nominally set at 75 PSIG, to prevent the circuit breaker from being over pressurized on refilling. Recirculation piping shall be provided to permit the SF6 gas to be routed through the gas conditioning loop more than once, prior to returning to the electrical equipment. This recirculation piping shall be independent of the vacuum pump inlet piping to allow simultaneous purification of SF6 gas while the vacuum pump is evacuating a circuit breaker. Provide one spare set of replacement filter media for the molecular sieve dryer. Gas handling carts as manufactured by Cryoquip Inc. of Gardena, Ca. is considered to meet the requirements of this specification. The Vendor shall include in the Base Bid proposal, the services of a field service engineer / technician to provide on - site instruction on the operation of the system. This proposal shall include all travel, lodging, meals, equipment and per diem expenses for this field service engineer / technician to perform the training. The gas cart manufacturer shall determine the number of days required to provide this training. It is anticipated that approximately six LP&L personnel will participate in this training. N SECTION 2.0 SUBSTATION STEEL, BUSWORK, AND GROUNDING 2.01 PROPOSAL DATA The Vendor shall submit with the proposal two copies of a complete bill of materials and descriptive literature on the equipment and materials to be furnished. Proposals shall indicate the estimated individual structure weights. Final design weights shall not be less than the estimated weights by more than 5%. 2.02 SUBMITTAL DATA The Vendor shall submit (5) five sets of approval drawings and ~` calculations. Design calculations should indicate the structure deflections, design loads, actual structure weights and the foundation reactions. The following drawings shall be submitted: a. Location of foundations and anchor bolts in each foundation. b. Steel details, showing fabrication details of all steel members to be furnished herein. c. Steel assembly drawings indicating how all steel members connect �— together. d. Arrangement drawings including plan views, end views, sectional views and details with all items, fittings and devices identified.. e. Grounding drawings showing all above and below grade cable runs, ground rods, and connectors. f. Foundation details for all foundations and pads. These drawings shall tabulate required concrete and reinforcing steel quantities. g. A complete bill of material indicating manufacturer and catalog number. Following approval of drawings the Vendor shall submit (5) five copies of final drawings and one set of reproducible drawings. 2.03 DESIGN CONDITIONS Substation steel structures shall be designed in accordance with �-; AISC Standards and NEMA Standard SG6 and shall include 1/2" ice loads. Foundation designs shall be based on a vertical soil bearing capacity of 3000 psf and a lateral soil resistance of 350 psf per foot of depth. Substation buses and connectors shall be designed for a minimum continuous current rating of 1200 amperes and a short circuit current rating of 15,000 amperes. 1 Dead end structures shall be designed for the following tension conditions: Transmission phase conductor 795 MCM ACSR, 26/7, Drake, 2500 lbs. Transmission line conductor - 3/8" HSS, 1000 lbs. The deadend structure shall be designed for vertical loading caused by the incoming 69 kV line angle as it intersects the truss. The structure shall be designed for an average line angle not to exceed 45 degrees from horizontal. The deadend structure shall be designed for transverse loads due to wind on the incoming conductor and due to the incoming line not being normal to the face of the structure. Each structure shall be designed for a wind force on each incoming line of 100 pounds. Each structure shall be designed for the incoming line to be 15 degrees from normal to the face of the structure. This angle shall be considered to be the average of all lines on one circuit, i.e. the average angle of 3 phase conductors and two static wires for a 69 kV incoming line. The structures shall meet the deflection limits specified in NEMA SG 6. The 69 kV line support structure shall be considered at Class "A" type structure. In no case shall the clearances be less than the NEMA, EEI or IEEE standards. 2.04 GENERAL REQUIREMENTS The material to be furnished under this section shall consist of the following items for the substation steel package: - All anchor bolts and templates required for the substation. - Grounding conductor and connectors, both above and below ground. Three-phase 69 kV disconnect switches. All insulators for the substation both suspension and station post type. - Potential transformers 69 kV. - All steel structures. - All required conductors and connectors both rigid and flexible. - Arresters for use on the 69 kV system and transformers Wave Traps and tuners - Coupling capacitor voltage transformers 2.05 GALVANIZING A1.1 steel shall be galvanized in accordance with ASTM Designation A-123. 2.06 STEEL PARTS Steel parts shall conform to ASTM specifications A-36, A-283, and A-307. _. 2.07 HARDWARE If possible, one type of structure bolt and one diameter should be used as fasteners for station structures. The bolts and nuts shall meet ASTM Standard Specification A394. Type MF locknuts (hexagonal) shall be furnished for all bolted connections. All hardware shall be galvanized in accordance with ASTM standard A-153. p.. 2.08 STRUCTURAL STEEL All work shall be equal to the best modern practice in the manufacture and fabrication of materials of the types covered by these specifications, not withstanding any omissions from these specifications or drawings. Acceptance of materials shall in no way relieve the Vendor of the responsibility for furnishing materials meeting the requirements ... of these specifications. Before being laid out or worked, structural material shall be straight and free from kinks and bends. If straightening is necessary, it shall be done by methods that will not injure the metal. All portions of the work which will be exposed to view after completion shall be finished neatly. All welding shall be performed in accordance with the latest edition of the "Structural Welding Code", as formulated by the American Welding Society. After the shop work has been completed, all material shall be cleaned of rust, loose scale, dirt, oil, grease and other foreign substances. Particular care shall be taken to clean slag from welded areas. After being cleaned, all steel shall be galvanized in accordance ASTM-123. All holes in material shall be free of excess spelter after galvanizing. Bus support structures are indicated on the drawings to be three phase, single column type. Alternate three phase bus support designs, such as two column designs will be considered. The base bid proposal shall be for the single column type. Other designs must be indicated as r-. alternate proposals. 2.09 STEP BOLTS Step bolts shall be supplied for the 69 kV deadend structure. The step bolts shall be spaced 15 inches apart. 2.10 ANCHOR BOLTS All anchor bolts for the station shall be furnished herein. All anchor bolts, nuts and washers shall be galvanized. Two nuts shall be furnished for each anchor bolt. Metal templates shall be provided for each set of anchor bolts for bus supports, air switch stands, dead end structures, PT stands, and static poles. Anchor bolts shall be manufactured in accordance with the ACI-318- Latest Edition, Building Code Requirements for Reinforced Concrete assuming a concrete compressive strength of 3000 pounds per square inch at 28 days. The top 24 inches of each anchor bolt shall be galvanized in accordance with ASTM A-123. 2.11 GROUNDING CONDUCTOR AND CONNECTORS All grounding material for the substations shall be furnished herein. All buried ground conductor shall be #4/0 AWG minimum, 19- strand soft drawn bare copper cable. Above ground taps to structures and equipment shall be 19 No.9, dead soft annealed 40% conductivity, "Copperweld" conductor. Bonding conductors for fences, cabinets, etc. shall be #4 AWG, solid, bare, dead soft annealed "Copperweld". Copper clad, 5/8" x 8'-0" ground rods shall be furnished. Clamps to attach the ground conductor to the structures shall be placed on a maximum spacing of 2 feet 6 inches. The underground connectors shall be Cadweld or Burndy Hyground and must have been qualified under IEEE Std 837-1984, "IEEE Standard for Qualifying Permanent Connections Used in Substation Grounding". If a "Cadweld" type thermal process system is supplied it shall be furnished with all tools required to install the connectors including molds, handles, and weld metal. If a compression type system is supplied, it shall be furnished with two sets of the required dies to install the connections. This tooling will become the property of LP&L. Above ground connections to fencing, steel structures, and equipment shall be of the bolted type. Provide three NEMA 2 hole spade connectors to connect the 19-No.9 copper ground grid cable to the 69 kV transformers' two hole ground pads. The ground pads are located on the tank at opposite corners and at the neutral bushing in the transformer throat. The transformer ground is to be•extended to the transformer control cabinet with #4 copper wire. The steel fabric fence shall be grounded in accordance with REA drawing TM-33 and TM-33 Supplement. Grounding material shall be supplied for all gates shown on the drawings. Each instrument transformer and CCVT shall be grounded from a continuous loop of 19-No.9. The 69 kV deadend shall have a 19-No.9 ground run from the ground mat to the overhead static wire and shall be connected into the static wire. A 19-No.9 horizontal run shall be made between the two vertical runs and connectors and conductor shall be supplied to connect the ground run into the arresters on the 69 kV structure. n One switch operator platform shall be furnished for each group operated air break switch. The platform shall be a minimum size of 4 --- feet by 2 feet 6 inches. The switch operator platform shall be grounded by a 19-N0.9 loop, one end connecting into the underground mat and one end connecting into the ground run on the column. The vertical operating rod of the switch shall be grounded with a flexible braided strap which shall connect to the 19-No.9 ground run on the column. - The 15 kV switchgear shall be connected to the ground mat in two locations with #4/0 ground run to the ground mat. All material shall be furnished for a grounding well. The Vendor �., shall furnish 200 feet of 4/0 copper conductor for use in the grounding well. Three ground rods shall be furnished with appropriate connectors to be used to attach to the end of the well ground as a weight and to provide extra grounding surface area. The ground well shall be placed near the transmission deadend structure. Material shall be provided to tie the transmission steel pole �-- structure and the static masts into the ground mat with 19-No.9 conductor. 2.12 THREE POLE AIR BREAK SWITCHES Air switches shall be 1200 amp, 69 kV three phase, group operated, vertical break, construction classification A. The switch shall be mounted on a 69 kV switch structure. A swing handle type operating mechanism shall be furnished for the switch. The switch shall be rated 72.5 kV L-L maximum design voltage, 1200 amps maximum continuous current, 61,000 amps maximum momentary current. The continuous current shall be rated in RMS amperes based on the limit of observable rise, or as listed in Table 3 of ANSI C37.30-1971 when tested in accordance with Section 4 of the ANSI test code for high voltage air switches C37.34-1971. The momentary current rating shall be based on Section 30-4.6.1 of ANSI C37.30-1971 and three second current rating shall be based on Section 30-4.6.2 of ANSI C37.30-1971. In either the opened or closed positions, the switches shall withstand the dielectric test voltages between live parts and ground in accordance with Table 1 or ANSI C37.32-1972. The length of break, when in the full opened position, shall be at least 10 percent in excess of the dry arcing distance over the insulators. Terminal pad drilling shall be on 1- 3/4" NEMA standard spacing. The switch blades shall have ample mechanical strength to withstand all stresses to they will be subjected. All current carrying parts shall be of a suitable non-ferrous, corrosion resistant metal or alloy. The only acceptable alloys for aluminum are 6063-T6 for wrought shapes and 356-T6 for castings. Where flexible jumpers are used as a means to transfer current, only laminated aluminum straps will be acceptable. Braided shunt straps are not acceptable. The hinge contact shall maintain connection throughout the complete open and close cycle of operation. "" Any springs or spring washers (Belleville) employed to maintain contact pressure shall not carry currents tending to decrease this pressure or damage the springs. Material for springs or spring washers (Belleville) shall be 300 series non-magnetic stainless steel or equal. Contacts shall have a sufficient mass of high thermal conductivity metal immediately adjacent to the contact surfaces to preclude the possibility of contact welding or damage at currents within the momentary rating of the switches. Make -break contacts shall be designed so that wiping action is accomplished with minimum wear and without galling of either contact surface. Wear of contacts shall be such that after 1000 operations, the mating parts will still have adequate surface material to meet electrical nameplate requirements. Contacts shall be silver -to -silver. Acceptable methods of silver application are: a. Brazed overlay of fine silver (Commercial Purity, 99.90%) with a minimum thickness of .010". b. Brazed inlay of fine silver (Commercial Purity, 99.90%) with a minimum thickness of .010". c. Approved silver flame -spray application (Metco or equal), coined, with a minimum thickness of .010" (Commercial Purity, 90%). All silver -to -silver make -break contacts shall be made of silvers having different hardness, preferably of two different types of silver application. All aluminum switches shall have silver -to -silver make - break contacts. Each of the two silvers shall be applied to a base of copper and then electro-tin plated or hot -dip tinned to prevent the wash of copper salts over aluminum parts. Silver applied directly to aluminum by any process is not acceptable. No solder shall be employed in the application of silver. Silver plate (Brush or Electro) is only acceptable on enclosed, non -break contacts or bolted fixed current transfer joints. The main bearings on the rotating insulator shall be equipped with enclosed dust -proof seals, stainless steel balls and a rust and corrosion proof race of a differing hardness. Aluminum housings and races are not acceptable. Bearings shall be dry type or permanently filled with grease of the Bentone grade for maintenance free service. Sleeve type Oilite bushings or nylon are not acceptable. The operating mechanism shall be of the rotating handle type with 180 degree rotation in the clockwise direction required for closing. The interphase pipe shall be a single pipe for all three phases, with individual phases being clamped to the interphase pipe. Vertical pipe guides shall be furnished where necessary. Pipe couplers shall be two piece with clamping bolts and piercing set screws. The operating pipe shall be securely grounded at a location near the operating handle with a tinned braided shunt of at least 2 feet in length. The shunt shall be clamped to the operating pipe with a galvanized iron fitting. All bolts, nuts, pins, washers, and lockwashers used on conducting parts shall be stainless steel. All control parts and structural mounting parts shall be supplied with hot dipped galvanized N. bolts, nuts, washers, and lockwashers. �— All switches shall be supplied with stainless steel arcing horns. The bases of all insulators shall be furnished with leveling studs. 2.13 BUS AND SWITCH INSULATORS Insulators shall be furnished for a complete substation including all buses and switches. The insulators shall be standard strength post insulators NEMA TR# 216. The insulators shall have gray glaze. 2.14 SUSPENSION INSULATORS Suspension insulators shall be furnished for the incoming lines. The insulators shall have an M&E rating of 15,000 pounds. The insulator strings shall have 7 insulators per string for the 69 kV strings. The insulators shall be 5-3/4" by 10" ball and socket type, Lapp 8200-70 or equivalent. The insulators shall have a gray glaze. -- 2.15 ACSR JUMPERS AND BUS All jumper and bus material for the station shall be furnished herein. All pipe bus shall be 6063-1-6 aluminum alloy, schedule 40, 2 1/2" diameter with 477 MCM ACSR damper cable supplied for all bus pipe runs. The jumpers to the potential transformers and to the CCVT shall be designed so that movement between the bus and the equipment does not result in excessive stress on the equipment or fatigue of the jumper. 2.16 CONNECTORS All connectors for the station shall be furnished herein. All connections to jumpers shall be of the compression type with two or four hole pads. The incoming transmission line is to be terminated using compression type deadend fittings. The bushing connectors for the transformers and circuit breakers (stud to pad) shall be furnished herein. Bolted connectors shall be furnished. Welded connectors are not acceptable. All electrical bolted connections shall be made with stainless steel hardware. All bolted connections shall be made with two stainless steel flat washers and two stainless steel Belleville washers for each stainless steel hex head bolt and stainless steel hex nut. Bi-metallic transition plates shall be furnished for each aluminum to copper connection. Contact sealant shall be supplied for all connections. The �-- Belleville washers shall require a force of 400 pounds to flatten. Connections to power transformer bushings shall utilize Lapp Doble test terminals. 2.17 OVERHEAD GUY WIRE 7 The OHGW shall be furnished herein as shown on the drawings. The connectors to deadend and connect the overhead ground wire into the OHGW shall be furnished herein. The OHGW shall be 3/8 inch, 7 strands, high strength steel, 10,800 pounds rated strength. 2.18 INCOMING CONDUCTOR Both the incoming conductor material and secondary underground exit cable shall be furnished by others. The incoming conductor to the A -frame dead end structures is 795 MCM ACSR (Drake) with 3/8" HSS static. Compression type deadends are to be furnished herein to terminate the incoming conductor and the associated static wires. 2.19 STATIC POLE Two 35 foot tall steel poles are to be located as shown on the drawings. These poles are to be designed for attachment of two (3) 3/8" HSS static wires with 1000 pound maximum design tension. 2.20 ARRESTERS Twelve station class arresters shall be furnished herein for use on the 69 kV system. These arresters shall be mounted on each 69 kV transformer and on each 69 kV dead end structure. The arresters shall be the gapless MOV type, with a 60 kV rating and a MCOV rating of 48 kV. 2.21 69 kV INSTRUMENT TRANSFORMERS Three (3) potential transformers shall be furnished herein. The transformers shall be used for station metering and relaying. These transformers shall have the following features and ratings: - One primary bushing. Two tapped secondary windings. - Primary voltage 40,250 volts (L-G) - Secondary voltage of 67.08/115 volts. - Voltage ratio 600/350:1. - Thermal rating 5,000 VA minimum. Accuracy 0.3 through ZZ Burden. - BIL 350 kV. 2.22 69 kV WAVE TRAP Provide a quantity of four (4) wave traps. Two of the units will be installed at the remote ends of the incoming transmission line. Traps shall be 69 kV, single frequency, high Q, line traps with an 800 amp continuous current rating, a 2 second thermal rating of 20 kA and a H mechanical rating of 51 kA peak. Traps shall meet the requirements of ANSI C93.3-1981. The trap's frequency range shall be 70-200 kHZ. Exact -- frequencies will be furnished at a later date. Traps shall have bird barriers, internal lightning arresters and mounting accessories as selected by the structure fabricator. A horizontal pedestal mount has been indicated on the drawings, but other arrangements as deemed more economical or practical by the steel fabricator may be employed. Line traps shall be factory tuned and tested. Certified test reports of the trap's dielectric and RF performance shall be furnished. Traps manufactured by Trench Electric are considered to meet all requirements of this specification. 2.23 69 kV COUPLING CAPACITOR VOLTAGE TRANSFORMERS Provide two (2) each power line carrier coupling capacitor voltage transformers with single frequency line tuners. CCVT's shall be single bushing, rated for 69 kV system application and shall have an oil filled corrosion resistant base box to house the intermediate transformer, series reactor and auxiliary components. The base box shall also have an externally operable SPST switch for grounding the carrier circuit. A drain coil, gap, and cabinet heater resistor shall be included. Trench Electric model TEV coupling capacitor voltage transformers with K9500 series tuners are considered to meet the requirements of this specification. 0 (THIS PAGE LEFT BLANK INTENTIONALLY) W. SECTION 3.0 - 15 kV METALCLAD SWITCHGEAR 3.01 PROPOSAL DATA The Vendor shall include with the proposal two copies of the following data: a. Base bid price and delivery b. Alternate Bid price and delivery c. Complete descriptive literature, including electrical ratings, circuit breaker operating mechanisms, bus and cubicle construction details, approximate weights and dimensions. Literature shall be furnished on accessory items such as CT's, PT's, control switches, meters, and relays. d. Outline drawings should indicate the proposed shipping splits and the extent of field connections necessary to connect the switchgear line-up into it's final operating configuration. e. Indicate the proposed method of delivery. f. Provide a list of all equipment, devices, or fittings that will the removed for shipping. g. Provide a description of the factory testing and quality control procedures employed to assure the assembled system will operate as specified. h. Provide a statement indicating the level of industry standard testing that the proposed switchgear has undergone. As a minimum, proposals must include prices for Bid Item #3.1 and Alternate Bid Item #3.2A. Additional alternate proposals will be considered provided the Base Bid and Alternate proposals are as specified. 3.02 SUBMITTAL DATA Following order entry, the Vendor shall submit for approval, (5) five sets of switchgear drawings and details. These drawings shall include the following data: One -line Diagram showing: a. All 15 kV bus work and equipment 1 b. PT's and CT's with polarity information c. Unique identification numbers for all devices d. Basic ratings, sizes, voltages and ratios of all devices. Three -line Diagram showing: a. All 15 kV bus work and equipment b. Power transformer windings and polarity c. PT's and CT's with polarity information d. Unique identification numbers for all devices e. Basic ratings, sizes, voltages and ratios of all devices. Schematic Diagrams showing: a. All DC circuits in the switchgear and relay panels that are being furnished by this Vendor. b. All AC circuits in the switchgear and relay panels that are being furnished by this Vendor. c. Portions of AC and DC circuits in equipment or systems that are not furnished by this Vendor, but that are being interface with. e. Each relay by device number f. Contact schedule for each switch Panel Layout Drawings showing: a. Location of each relay, switch, nameplate, and device mounted on the front or rear of all panels. b. Size of relay case c. Relay style number, type, and device number d. Nameplate schedule Installation Drawings showing: a. Dimensions of panels and equipment. b. Conduit entrance and cable connection points 2 c. Cubicle to cubicle wiring including wire and cable numbers, terminal numbers and locations. d. Complete material list The Vendor shall request from the Owner, the details or schematics for any equipment, systems, or devices that must be interfaced with, but are not being furnished under this section of the Specifications. Upon delivery of the switchgear, the Vendor shall submit (5) five copies of bound operating and maintenance manuals, (5) five copies of final drawings, schematics, and wiring diagrams and (1) reproducible set of drawings, schematics, and wiring diagrams. 3.03 GENERAL The metalclad switchgear to be furnished under these specifications shall be constructed in accordance with the latest ANSI standards. The metalclad switchgear will be indoor, three phase, 2000 amp, insulated copper main bus, 60 HZ. The buswork shall be configured as shown on the drawings. It is the intent of this specification to obtain a completely wired and tested line-up of metalclad switchgear that is essentially complete and requires only the connection of AC and DC control power and high voltage cables in order to place it in service. It is also required that the assembly be broken into a minimum number of shipping splits that will require reassembly in the field. The drawings indicate that the desired switchgear arrangement is a main operating bus with a separate transfer bus for use in the testing and maintenance of the feeder circuit breakers. Loadbreak three phase manually operated switches shall be provided to connect the load side of any feeder to the transfer bus. All proposals must contain a Base Bid design utilizing the transfer bus scheme. The incoming power from the transformer will enter by underground cable. LP&L will provide all material to connect the switchgear to the transformer. As an alternate to the transfer bus arrangement, consideration will be given to designs utilizing two -high switchgear in which the load side of the upper and lower switchgear cubicles are bussed together. The two positions for each circuit are to be the "operating" and "maintenance" positions. The breaker in the "operating" position will be maintained by installing a spare breaker in the "maintenance" position, closing the "maintenance" breaker and opening the "operating" breaker. The load is thus transferred to the maintenance breaker without interruption and the operating breaker can be removed for maintenance. If this alternate scheme is proposed, the proposal shall include the cost of a spare or "maintenance breaker. A breaker is to be furnished herein only for each "operating" position. Only one spare breaker is to be furnished as the spare for all "maintenance" positions. The operation of the circuit is to be identical from either position. Current transformers shall be provided in all "maintenance" cubicles such that all protective relay schemes, metering, and control functions are operational when the "maintenance" breaker is in service. Circuit breakers shall employ SF6 gas interrupters or vacuum interrupters. If vacuum interrupters are employed, a high voltage DC "hipot" test cubicle shall be provided in the switchgear lineup to allow interrupter proof testing before installation. The required switchgear and auxiliary compartments are as follows: - Two (2) main breakers (2000 amp.) - One (1) tie breaker (2000 amp.) - Four (4) feeder circuit breakers, two in each lineup (2000 amp.) - Two (2) auxiliary compartments for 15 kV Potential transformers with fuses - Two (2) auxiliary compartments for station service transformers with fuses 3.04 RATINGS The rating and capacity of the circuit breakers included herein, shall be as follows: - 15 kV Class Circuit Breaker - Voltage Rating: 15,000 volts - Nominal Continuous Current Rating: as noted above Maximum Interrupting Capacity: 36,000 amps sym. - Interrupting Time Rating: 5.0 cycles maximum - Reclosing Time Rating (Total Time): 20 cycles maximum - MVA Rating: 500 MVA The current rating of the main bus shall be 2000 amperes and the insulation rating shall be 95 kV BIL. 4 3.05 CIRCUIT BREAKERS Circuit breakers shall be horizontal drawout units with continuous current ratings and interrupting ratings as indicated above. All circuit breakers of equal rating shall be completely interchangeable. Circuit breakers and cubicles shall be constructed such that a circuit breaker of different current ratings cannot be interchanged. The circuit breaker shall operate by means of a stored energy mechanism, which is normally charged by a small universal motor, but which can also be charged by a manual handle for emergency manual closing or for testing. The circuit breaker shall be equipped with secondary disconnecting contacts which shall automatically engage in the operating and test position to complete circuits as required. The contacts shall automatically disengage when the circuit breaker is withdrawn to the disconnect position. The circuit breaker shall have a means for racking in and out of the compartment and between positions. It shall also be provided with a means of holding the circuit breaker in the compartment in all positions. Interlocking shall be provided making it impossible to rack a closed breaker to or from any position. An additional interlock shall be provided which shall assure automatic discharging of the closing springs upon insertion or removal of the breaker from the compartment. Each circuit breaker shall have the capability of being disconnected from the main bus and all live parts, and placed in a position where the circuit breaker can be operated electrically. Interrupters shall be SF6 or vacuum. Gas interrupters shall have SF6 pressure gauges, low pressure alarm contacts, fittings for gas filling, and a device for indicating contact wear. The circuit breaker shall be equipped with the required auxiliary switches and number of contacts, as specified by the manufacturer for complete operation of the breaker. In addition, extra auxiliary switch contacts for circuit opening and closing shall be provided for LP&L's own use and wired to terminal blocks as follows: - Four (4) "a" contacts, single pole Four (4) "b" contacts, single pole Each circuit breaker in these specifications shall be designed for trip -free operation by means of a removable maintenance closing device easily operable by one man. Circuit breakers shall have a breaker position indicating target, indicating open and close positions. An operation counter shall be mounted on the breaker in clear view when the compartment door is open. A dolly shall be provided to enable the circuit breaker to be removed from the compartment for maintenance. Interconnecting cables shall be provided for electrically operating the circuit breaker outside the cubicle. Where a two -high switchgear design is furnished, a lifting device and necessary yokes and accessories shall be supplied for removing breakers from the top position. Circuit breakers shall be removed from the bottom position without the use of a lifting device. Lifting devices shall employ electric winches or drive devices or shall employ mechanical devices that require a minimum amount of cranking, pumping, or jacking. 3.06 SPECIAL PROVISIONS FOR VACUUM INTERRUPTERS If vacuum circuit breakers are furnished, then a DC Hi -pot installed in a cubicle or separate cabinet is to be included in the proposal. This device shall be furnished complete to provide all such vacuum testing as the manufacturer recommends. This cubicle shall be arranged such that a circuit breaker that has been removed for service or maintenance can be rolled into the test cubicle and all three vacuum interrupters DC hipot tested. This cubicle shall have stationary contacts or other fittings that will automatically mate with the breaker contacts and connect the breaker to test circuit. Front panel meters shall be provided to indicate test voltage and leakage current. 3.07 CONTROL VOLTAGES AND CIRCUIT PROTECTION All control circuits and devices shall be suitable for 125 VDC. All heaters and other auxiliary devices shall operate on 120 or 240 volts, single phase A.C., 60 HZ. Fuses and knife switches, or fused -disconnect switches (pull out type) shall be provided in each compartment for disconnecting each D.C. source control voltage, A.C. source operating circuit, heating circuit, and convenience outlet circuit from their respective power source. All AC and DC control power will be fed to the switchgear line-up from AC and DC circuit breaker panels installed by the Owner in the switchgear building. The switchgear shall be designed and wired such that each 15 kV circuit breaker is fed from a separate DC branch circuit, and a separate AC branch circuit. Disconnecting means and supplementary overcurrent protection of devices and circuits within the cubicle shall be provided by the switchgear Vendor. 3.08 CURRENT TRANSFORMERS Each circuit breaker shall be initially equipped with the quantity of current transformers as defined below which shall be C400 multi -ratio, standard relaying accuracy, as specified by the American Standards Association Requirements, Terminology, and Test Code for Instrument Transformers, C57.13-1954, or latest revision thereof. All current transformers shall have taps and leads per NEMA standards with secondary leads brought out and terminated on readily accessible shorting type terminal blocks located in the front compartments. Each 15 kV feeder circuit breaker shall be supplied with six (6) current transformers, three current transformers (one per phase) on the source side of the breaker, and three (3) current transformers (one per phase) on the load side of the breaker. Source side CT's shall be 1200:5 multi -ratio for phase overcurrent relays and metering. Load side CT's shall be 2000:5 multi -ratio for differential relays. Each 15 kV main circuit breaker and tie circuit breaker shall be supplied with nine (9) current transformers, three current transformers (one per phase) on the source side and six current transformers (two per phase) on the load side of the breaker. Source side CT's shall be 2000:5 multi -ratio for 15 kV bus differential relays. Line side CT's shall be 2000:5 multi - ratio, one set for transformer differential relays and one set for metering. The supplier shall furnish LP&L with five (5) copies each of current and ratio correction factor curves; together with winding and internal lead resistance data, for each ratio at one standard burden. 3.09 POTENTIAL TRANSFORMERS Six (6) 15 kV potential transformers are to be installed in the switchgear to provide potential for all metering and transformer LTC requirements. These devices are to be rated 110 kV BIL with a 60:1 ratio. Each PT shall be appropriately fused and installed in a drawout type compartment or tray. A spare primary fuse or fuses shall be provided for each PT installed in the switchgear. 3.10 STATION POWER Two (2) 25 kVA transformers for station power are to be installed in the switchgear lineup, one on each operating bus. -- Each transformer primary and secondary is to be appropriately fused. A spare primary fuse or fuses shall be provided for each station power transformer installed in the switchgear. �i .'T.fflill 7XZ►1 Three arresters shall be furnished for each distribution circuit. They shall be rated 9 U . The arresters shall have a zinc oxide valve block construction and not have any internal gap assembly. These arresters shall be shown in manufacturer literature as underground distribution Riser Pole Arresters. The arresters shall have a guaranteed maximum arrester discharge voltage of 34 kV at 40 kA using a 8x20 micro -second current wave. The arresters shall be of a design that has been subjected to a series of two discharges of surge current having an amplitude of 100 kA and a waveshape of 5 x 10 micro -seconds, without failing. The arresters shall be of a non -fragmenting design. 3.12 CONDUIT ENTRANCE REQUIREMENTS Each compartment shall contain suitable conduit entrance plates to accommodate station service battery input 125 VDC. with suitable terminal blocks for terminating each such entrance cables. Each compartment shall contain additional suitable conduit connections or entrance plates to accommodate all supervisory, telemetering and differential control cable wiring, with suitable terminal block points for terminating all wires and cables. All power cable shall enter and exit through the floor of the switchgear. Provisions shall be provided for six (6), five (5) inch conduits for all outgoing circuits. Each phase shall be capable of accepting four (4) 500 MCM copper conductors. Adequate cable bending and termination space shall be provided in power cable entrance compartment. The 15 kV cable connection point shall be a minimum of 24 inches above the floor. 3.13 HEATERS Each compartment shall contain a thermostatically controlled space heater (to prevent condensation) for 120/240 volts A.C. operation, which shall be capable of providing adequate heat for operation of the relays and circuit breaker mechanism and control equipment for outside temperature as low as -15°F. 3.14 TESTS Each circuit breaker included in these specifications shall be tested in conformance with NEMA, ANSI, and IEEE standard testing procedures. Such tests shall also include, but not be limited to the following: - Low frequency, withstand - voltage test. - Mechanism operating speed test. - Contact resistance test. - Temperature rise test. Tests on the switchgear buswork and breakers are to be performed with these items in operating configuration (completely connected). 3.15 TEST REPORTS The supplier shall furnish LP&L with five (5) certified copies of reports of the results of the tests on each breaker. These reports shall include copies of the speed graphs and values E of contact resistance. Information shall be furnished as to the desired contact resistance and limits to be maintained. 3.16 TOOLS, WRENCHES, AND BLOCKING DEVICES Special tools, necessary special wrenches, removable blocking devices (if required), etc., shall be furnished as part of these specifications. 3.17 RELAY PANELS Additional space may be required to locate relay panels in the switchgear enclosure. The relay panels will be a switch door type to allow access to the terminal boards, switches, fuses and rear of the relays, meters and controls. 3.18 METERING AND RELAYING The metering and relaying to be supplied herein shall include, but not limited to the accompanying list of materials. This equipment is to be mounted adjacent to the breaker position with which it is associated. The Vendor for the 15 kV metal clad switchgear, shall refer to the overall substation one -line diagram and Specification Section 4.0 - Switchboard Relaying, to determine the extent of the interface that is required between the 15 kV switchgear and other systems, such as SCADA controls. The 15 kV switchgear shall have the required interface terminals grouped in a single location and terminated on a terminal block. This terminal block shall be readily accessible and located near a dedicated conduit entrance point, ready for field connection of interconnect cables. The KWH meters furnished in the switchgear shall be General Electric type EV-3 with a model KM-901 demand register. The meters shall be furnished with one copy of the General Electric PCRP/UPGEN software for use with the electronic meters. Transducers shall be provided and installed in the switchgear line-up as scheduled below. These transducers will be used to provide analog data inputs to the LP&L SCADA system RTU that will be installed at the South Substation. Outputs from the transducers shall be wired to a terminal block for field connection to the RTU. This terminal block shall be located near a conduit entrance location and near the terminal blocks for other field installed wiring. In order to maintain compatiability and interchangability with existing units, all transducers shall be manufactured by r., Square-D Electromagnetic Industries or Scientific Columbus. Voltage transducers shall have the following characteristics: 0 Input range ................... 0-180 VAC Rated input....... .. ....... 150 VAC Burden at 120V.,60 Hz....... < 2.5 VA Overload (continuous)......... 180 VAC Frequency (nominal)........... 60 Hz. Temperature range ............. .20 to +60 C. Max. temp. effect on accuracy .............. +/- 0.5% Accuracy @ 25 deg. C. (10-150 V.)................... +/- 0.25% RO Output range... ............. 0 - 1.3 mA DC Output @ rated input.......... 1 mA DC Output ripple ................. < 0.5% Output load.. 0 - 10K ohm Calibration adjustment........ +/- 10% Response time (to 99%)........ < 400 ms Stability, % full scale / yr.. +/- 0.25% Dielectric withstand.......... 1500 V. RMS Current transducers shall have the following characteristics: Input range ................... 0-6.5 A. AC Rated input..... ............. 5 A. AC Burden at 5 A., 60 Hz....... < .25 VA Overload (continuous)......... 10 A. AC Overload ( 1 sec. )........... 250 A. AC Frequency (nominal)........... 60 Hz. Temperature range ............. .20 to +60 C. Max. temp. effect on accuracy .............. +/- 0.5% Accuracy @ 25 deg. C. (0 - 6.5 A.) ................... +/- 0.25% RO Output range.. 0 - 1.3 mA DC Output @ rated input.......... 1 mA DC Output ripple ................. < 0.5% Output load ................... 0 - 10K ohm Calibration adjustment........ +/- 10% Response time (to 99%)........ < 400 ms Stability, % full scale / yr.. +/- 0.25% Dielectric withstand.......... 1500 V. RMS Combination watt-var transducers shall be externally powered, 3 phase, 4 wire, 2 1/2 element units with the following characteristics: Potential range ............... Potential input (nominal)..... Potential overload (continuous) .................. Potential burden (per elem.).. Current range ................ Current input (nominal)....... Current burden at 5 A......... 0 - 150 VAC 120 VAC 175 VAC 0.1 VA @ 120VAC 0 - 10 A. 5 A. < .20 VA per elem. 10 Current overload (continuous). 15 A. Current overload (10 s/h)..... 50 A. Current overload ( 1 s/h)..... 250 A. Frequency (nominal)........... 60 Hz. Temperature range.......... .20 to 60 C. Temperature influence (watts). +/-0.005% / deg.C. (vars).. +/-0.009% / deg.C. Accuracy (watts) .............. +/-0.2% (vars)............... +/-0.2% Rated output ................. +/- 1 mA DC Output ripple... ...... < 0.5% Load resistance (forI mA).... 0 -1OK ohm Calibration adjustment........ +/- 10% Response time (to 99%)........ < 400 ms Stability, % full scale/yr.... +/- 0.1% (watts) ... +/- 0.2% (vars) Dielectric withstand.......... 1800 V. RMS Control power ................. 85 -135 VAC., 60Hz. 3.19 BASE BID RELAYING AND METERING Each 15 kV feeder circuit shall be equipped with the following: ITEM QUANTITY DESCRIPTION 1 3 ABB Model,CO-11, 1-12 A.Tap, 6-144 A. Inst., Phase Overcurrent Relay 2 1 ABB Model,CO-11, 0.5-2.5 A.Tap, 6-144 Inst. Ground Overcurrent Relay 3 1 KWH/Demand meter - GE type EV-3/KM-901 electronic demand meter. ITEM QUANTITY DESCRIPTION 4 1 Digital Indicating Ammeter 0-1200 Amps 5 1 Recording Ammeter 7 day chart with 2.5/ 5/10 taps 6 1 Ammeter Switch Electroswitch or equal 7 1 Recorsing Relay Type 11 R.C. or equal 8 1 Recloser Cut-off Switch Electroswitch or equal 9 1 Control Switch Electroswitch 10 1 Three phase watt/var transducer 11 1 Single phase current transducer 12 1 Red Light 13 1 Green Light Each 15 kV main circuit breaker shall be equipped with the following: ITEM QUANTITY DESCRIPTION 1 1 Recording Ammeter 7 day chart with 2.5/ 5/10 taps 2 1 Ammeter Switch Electroswitch or equal 3 1 Digital Indicating Ammeter 0-2000 Amps 4 1 Recording Voltmeter 7 day chart ITEM QUANTITY DESCRIPTION 5 1 Voltmeter Switch Electroswitch or equal 6 1 Digital Indicating Voltmeter 7 1 Control Switch Electroswitch or equal 8 1 Three phase watt/var transducer 9 1 Single phase current 12 transducer 10 1 Single phase voltage transducer 11 1 Red Light 12 1 Green Light Each 15 kV tie circuit breaker shall be equipped with the following: ITEM QUANTITY DESCRIPTION 1 1 Recording Ammeter 7 day chart with 2.5/ 5/10 taps 2 1 Ammeter Switch Electroswitch or equal 3 1 Digital Indicating Ammeter 0-2000 Amps 4 1 Control Switch Electroswitch or equal 5 1 Three phase watt / var transducer 6 1 Single phase current transducer 7 1 Red Light 8 1 Green Light In addition, the 15 kV switchgear line-up shall include the following 15 kV bus differential relaying scheme. Two high impedance differential schemes shall be furnished for 15 kV bus protection. The relays shall be similar to Westinghouse type KAB relays. The bus differential system design should consider the length and junction points of the current transformer secondary conductors. Each bus differential scheme shall trip a separate lockout relay. The lockout relay shall be a Electroswitch Series LOR or approved equal with the relay coil supervised by a white pilot light. When the lockout relay is tripped, its contacts shall perform the following functions: 13 86B-3 shall: Trip and block close breakers SS15-M1,SS15-1, SS15-2 and SS15-T 86B-2 shall: Trip and block close breakers SS15-M2, SS15-3, SS15-4 and SS15-T Short out all three phases of C.T.'s. Turn on red light Three spare normally open and three spare normally closed lockout relay contacts shall be wired to a terminal block for future use. 3.20 ALTERNATE RELAYING AND METERING Under Alternate Bid Item #3.2A provide micro processor based overcurrent and reclosing relays as described below. Each 15 kV feeder circuit shall be equipped with the following: ITEM QUANTITY DESCRIPTION 1 1 ABB Model MMCO, microprocessor based, three phase plus ground, overcurrent relay 2 1 KWH/Demand meter - GE type EV-3/KM-901 electronic demand meter ITEM QUANTITY DESCRIPTION 3 1 Digital Indicating Ammeter 0-1200 Amps 4 1 Recording Ammeter 7 day chart with 2.5/ 5/10 taps 5 1 Ammeter Switch Electroswitch or equal 6 1 ABB Model MRC, Multishot microprocessor reclosing relay 7 1 Recloser Cut-off Switch Electroswitch or equal 14 8 1 Control Switch �- Electroswitch 9 1 Three phase watt / var transducer 10 1 Single phase current transducer 11 1 Red Light ., 12 1 Green Light Relaying and metering equipment for main breakers, tie breakers, bus differentials and all other systems under this alternate shall be identical to that specified in paragraph 3.19 for the base bid. In addition, under this alternate proposal -� provide one (1) loose, spare ABB model MMCO overcurrent relay as specified above and one loose spare ABB model MRC reclosing relay as specified above. 3.20 LABELING Provide engraved plastic laminate nameplates for the various controls and equipment as described below. Nameplates shall be secured to the panels and equipment with nuts and bolts. Any type of adhesive attachment is not acceptable. Major terminal blocks �. shall be labeled as they are designated on the Vendor's schematic diagrams. Compartments within cubicles shall be clearly labeled such as "PT's" or " Station Power X'mfr." Each switchgear cubicle shall be identified by circuit number as directed by LP&L. Control switches shall be labeled. Relays shall be identified as to the function and the phase (A,B,C) to which it is connected shall be labeled. 15 (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 4.0 - SWITCHBOARD RELAYING 4.01 QUANTITY Under the base bid, Bid Item #4.1, provide relay panels with electro mechanical line relaying as specified below. Under Alternate Bid Item # 4.2A, provide relay panels with micro processor based line relaying as specified. Under Alternate Bid Items #4.3A, 4.4A, 4.5A provide spare carrier equipment as specified in paragraph 4.12, and provide one (1) spare micro processor based transmission line relaying system as described in paragraph 4.22. 4.02 PROPOSAL DATA Proposals submiited under this section of the specification shall include price and delivery data entered on the appropriate bid form. In addition, the Vendor shall submit a bill of material indicating the quantity, manufacturer, and catalog number of all major relays and equipment being supplied. Two copies of all proposal data shall be submitted. 4.03 SUBMITTAL DATA Upon acceptance of a proposal under this specification, the Vendor shall submit for approval, five (5) sets of shop drawings. These drawings shall include relay system schematics, panel wiring diagrams, and switchboard elevations and layouts. Upon delivery of equipment the Vendor shall submit five (5) sets of final drawings and one set of reproducible drawings. Five (5) sets of bound operating, instruction, and maintenance manuals shall be provided for all relay equipment. Manuals for the phase comparison carrier scheme shall include complete documentation and schematics on each module and sub -system. Drawings to be submitted shall include the following: One -line Diagram showing: a. All 15 kV & 69 kV bus work and equipment b. PT's and CT's with polarity information �-- c. Unique identification numbers for all devices d. Basic ratings, sizes, voltages and ratios of all devices. Three -line Diagram showing: a. All 15 kV & 69 kV bus work and equipment 1 b. Power transformer windings and polarity c. PT's and CT's with polarity information d. Unique identification numbers for all devices e. Basic ratings, sizes, voltages and ratios of all devices. Schematic Diagrams showing: a. All DC circuits in the relay panels that are being furnished by this Vendor. b. All AC circuits in the relay panels that are being furnished by this Vendor. c. Portions of AC and DC circuits in equipment or systems that are not furnished by this Vendor, but that are being interfaced with. e. Each relay by device number f. Contact schedule for each switch Panel Layout Drawings showing: a. Location of each relay, switch, nameplate, and device mounted on the front or rear of all panels. b. Size of relay case c. Relay style number, type, and device number d. Nameplate schedule Installation Drawings showing: a. Dimensions of panels and equipment. b. Conduit entrance and cable connection points 2 c. Cubicle to cubicle wiring including wire and cable numbers, terminal numbers and locations. d. Complete material list The Vendor shall request from the Owner, the details or schematics for any equipment, systems, or devices that must be interfaced with, but are not being furnished under this section of the Specifications. 4.04 GENERAL REQUIREMENTS Equipment shall be designed to operate in an environment with a temperature range of -20° to +550 C. and relative humidity of up to 95% at a temperature of 400 C. Each panel shall be constructed of not lighter than No. 11 standard gauge steel. Panel stiffeners are to be provided for each panel. The Vendor may propose the locations of stiffeners, but the Purchaser reserves the right to require panel stiffeners in specific �— locations provided appropriate space is available in the desired locations. Panels shall be 90" high x 32" wide per these Specifications (height not including base channel). Relay panels shall have fixed front panels and hinged door rear access with three point latching. The Vendor shall supply small miscellaneous items not specified elsewhere, including fuse blocks, fuses, terminal blocks, nameplates, resistors, capacitors, lights etc. One (1) box (minimum quantity of 6) of spare fuses is to be furnished for each type used in the panels. 4.05 TERMINAL BLOCKS All external connections to be made to Vendor's equipment shall be brought to vertical terminal blocks, mounted on the back of each individual switchboard panel, beginning approximately 6 inches above floor level, and extending as high as may be required. All P.T. cable leads shall be terminated on standard four -point terminal blocks. All C.T. cable leads shall be terminated on C.T. shorting and grounding type terminal blocks. A minimum of four (4) spare four -point terminal blocks shall be provided for the Purchaser's future use. The Purchaser reserves the right to rearrange the terminal block locations during the drawing approval process. 4.06 LABELS AND IDENTIFICATION All relay devices to which a device number is assigned shall have the device number and relay type painted or otherwise indelibly marked on the rear of the case. (i.e., "51-1A Over Current Relay", etc.). Relays, controls switches, etc. shall be labeled on the front of the switchboard with designations as diredted by LP&L. Labels shall be engraved plastic laminate attached with nuts and bolts. Adhesive materials for attaching 3 labels is not acceptable. The Vendor shall label with paint or otherwise identify each terminal block. The panel number shall be painted on the rear of the panel at approximately eye -level. All panel wiring shall be G.E. Vulkene insulated switchboard wire 600 volt, 900 C. S1-57275, type SIS, single conductor, color gray, #12 AWG strand tinned copper or Rockbestos X-link conductor having a similar specification. 4.07 GROUNDING Each panel shall be equipped with a 1/4" x 1" copper ground bar running its entire width, and bolted to the panel to effectively ground the whole structure. Provisions for attaching a 2/0 Copper conductor to the ground bar is to be provided. All points in the panels which are to be grounded shall be wired to this bar. All current circuits shall be terminated on four -point shorting -type terminal blocks. All current circuits will be grounded only at the panel. This grounding will be provided herein. - 4.08 PANEL LIGHTS Panel lights are to be furnished herein in accordance with the colors shown on the drawings. Lights are to be the LED type and rated 24 volts (24H) for operation with an external resistor which is to be furnished as part of this specification. The lights are to be Data Display Products (Los Angeles, California) type 2SB or approved equal. A minimum of two spare lights for each color furnished are to be provided. Two green panel lights shall be provided for 69 kV breakers, one to supervise each of the two trip coils. 4.09 TRANSDUCERS Transducers shall be provided and installed in the relay panels as shown on the one -line diagram. These transducers will be used to provide analog data inputs to the LP&L SCADA system RTU that will be installed at the South Substation. Outputs from the transducers shall be wired to a terminal block for field connection to the RTU. This terminal block shall be located near a conduit entrance location and near the terminal blocks for other field installed wiring. In order to maintain compatiability and interchangability with existing units, all transducers shall be manufactured by Square-D Electromagnetic Industries or Scientific Columbus. Voltage transducers shall have the following characteristics: Input range ................... 0-180 VAC Rated input........ ....... 150 VAC Burden at 120 V., 60 Hz....... < 2.5 VA Overload (continuous)......... 180 VAC Frequency (nominal)........... 60 Hz. Temperature range ............. .20 to +60 C. Max. temp. effect on accuracy .............. +/- 0.5% Accuracy @ 25 deg. C. (10-150 V.)................... +/- 0.25% RO Output range .................. 0 - 1.3 mA DC Output @ rated input.......... 1 mA DC Output ripple ................. < 0.5% Output load.. .............. 0 - 10K ohm Calibration adjustment........ +/- 10% Response time (to 99%)........ < 400 ms Stability, % full scale / yr.. +/- 0.25% Dielectric withstand.......... 1500 V. RMS Current transducers shall have the following characteristics: Input range ................... 0-6.5 A. AC Rated input ................... 5 A. AC Burden at 5 A., 60 Hz....... < .25 VA Overload (continuous)......... 10 A. AC Overload ( 1 sec. )........... 250 A. AC Frequency (nominal)........... 60 Hz. Temperature range ............. .20 to +60 C. Max. temp. effect on accuracy +/- 0.5% Accuracy @ 25 deg. C. (0 - 6.5 A.) ................... +/- 0.25% RO Output range .................. 0 - 1.3 mA DC Output @ rated input.......... 1 mA DC Output ripple ................. < 0.5% Output load ................... 0 - 10K ohm Calibration adjustment........ +/- 10% Response time (to 99%)........ < 400 ms Stability, % full scale / yr.. +/- 0.25% Dielectric withstand.......... 1500 V. RMS 4.10 69 kV LINE RELAYING The line relaying for the two 69 kV lines feeding the substation will be identical. A phase comparison carrier relay system will be the primary line protection. Two zones of phase distance relays and two zones of ground distance relays will provide backup line protection. Under the base bid, electro mechanical distance relays shall be provided. Under the appropriate alternate bid item, a micro processor based distance relay system shall be provided. Certain line relaying equipment at the remote ends of the two incoming 69 kV lines to South Substation will be replaced 5 under this project. These remote substations are designated as Chalker Substation and Holly Ave. Power Plant. Under this project only loose relays, switches, etc. will be furnished for installation in existing panels by LP&L personnel. 4.11 PHASE COMPARISON CARRIER - BASE BID Provide four (4) sets of phase comparison carrier equipment. Two sets will be installed at South Substation as primary line relaying for breakers SS69-1 and SS69-2. The other two sets of carrier equipment will be installed at Chalker and Holly Ave substations to replace existing carrier equipment. Carrier systems for Chalker and Holly Substations will be installed and integrated into existing relay schemes by LP&L personnel. The Vendor shall provide a complete and functional phase comparison carrier relaying system. The principle items and functions are described below. This description and list of materials shall not relieve the Vendor of providing any additional equipment or functions required to produce a complete and operating system. The system shall include three (3) sets (one set for each substation) of extender boards as required for testing and adjusting each configuration of relay circuit card and carrier system module. The carrier -frequency transmitter/receiver is to be a wide band Westinghouse TC-10B with voice adaptor. Carrier equipment shall be arranged for operation on 125 Vdc. The system shall contain the following principle components: Receiver output module Detector module Receiver module RF Interface module 10 W Power amplifier module Transmitter module Keying module Voice adapter module Power supply module Alarm / CLI SKBU-1 phase comparison relay SKBU-1 power supply UIO chassis w/ digital logic power supply, timer and aux logic module, AR trip module, module, reclose block module, programmable Test panel assembly Skewed hybrid Surge protection Telephone handset buffer module, reclose initiate relay module New line wave traps for South Substation, Chalker Substation and Holly Ave Power Plant will be provided under Section 3.0. New coupling capacitors and line tuners for South Substation will be 9 provided under Section 3.0 of this specification. These devices shall be designed for phase to ground operation at a single frequency. Existing coupling capacitors and tuners presently in service with Westinghouse TC-10 carrier equipment will be reused at Chalker and Holly Ave. Substations. Each set of carrier equipment shall be mounted in its own cabinet with hinged front, swingout 19" rack panel and solid back. The Vendor shall include in the proposal the cost for the services of an ABB field service engineer / technician to perform acceptance testing and check-out of the carrier relaying system. This cost shall include all ABB charges for travel, lodging, meals, per diem, test equipment, and services. 4.12 PHASE COMPARISON CARRIER - ALTERNATE BID ITEMS Under Alternate Bid Items #4.3 - 4.5, cost proposals are -- requested to provide spare carrier system equipment for use in maintenance and repair of the on-line systems. Spare telephone handsets, skewed hybrids, and test panels will not be required. Under Alternate Bid Item 4.3 provide one complete spare TC- 10B system that shall include the RF components of the system including receiver output module, detector module, receiver module, RF interface module, 10 watt power amplifier module, transmitter module, keying module, power supply module, and alarm / CLI module. Components included in this spare system shall be identical to the units and modules actually provided in the Base Bid. Under Alternate Bid Item 4.4 provide one complete SKBU-1 phase comparison relay and power supply. The modules and components provided in this spare relay shall be identical to the units actually provided in Base Bid. Under Alternate Bid Item 4.5 provide one complete UIO chassis including digital logic power supply, buffer module, timer and auxiliary logic module, AR trip module, reclose initiate module, reclose block module, programmable relay module. 4.13 69 kV BUS RELAYING A high -impedance differential scheme shall be furnished for 69 kV bus protection. The relays shall be similar to Westinghouse type KAB relays. The bus differential system design should consider the length and junction points of the current transformer secondary conductors. The differential relays shall trip a lockout relay. The lockout relay shall be a Electroswitch Series LOR or approved equal. 7 When the lockout relay is tripped its contacts shall perform the following functions: Trip breakers SS69-1,2,3,4 and SS69-BT Block close on breakers SS69-1,2,3,4 and SS69-BT Short out all three phases of C.T.'s used for bus differential. Turn on red light Three spare normally open and three spare normally closed lockout relay contacts shall be wired to a terminal block for future use. 4.14 69 kV TRANSFORMER RELAYING Transformer overcurrent protection shall be provided by three phase overcurrent and one ground overcurrent relay per power transformer. The phase overcurrent relays shall be connected to the 69 kV transformer breaker bushing C.T.'s. The ground overcurrent relay shall be connected into the transformer neutral C.T. The transformer differential relays shall be similar to three Westinghouse HU relays per transformer. Each set of differential relays shall trip a lockout relay. The lockout relay shall trip the high and low side transformer breaker, block close of the high and low side transformer breaker, and turn on a red indicating light. The lockout relay shall be a Electroswitch Series 24 LOR or equal. Four spare N.O. and four spare N.C. contacts per lockout relay shall be wired to a terminal block for Purchasers future use. The transformer sudden pressure relay shall be wired to trip the same lockout relay as the transformer differential. There shall be a flag dropping relay similar to a G.E. type HAA, CAT. No.: 12HAA16B1F provided to annunciate the operation of the sudden pressure relay on each transformer. 4.15 15 kV FEEDER BREAKER AND BUS RELAYING Details of the 15 kV feeder and bus differential relaying is provided in Section 3.0 - 15 kV Metalclad Switchgear of these specifications. The Vendor under Section 4.0 of this Specification shall refer to the one -line diagram and the Section 3.0 Specifications to determine the exact extent of the provisions necessary to interface the transformer differential relay schemes with the metalclad switchgear. 4.16 OPERATING VOLTAGE The operating voltage for all relays in this panel shall be 120-volt ungrounded battery. r. 4.17 CONTROL SWITCHES Each control switch, as required in these Specifications, is to be furnished with the quantity of contacts as necessary to comply with the Specifications, plus one (1) each spare close, trip, close after open, open after close, and two (2) each slip contacts. 4.18 SURGE PROTECTION Surge protective capacitors are to be furnished and installed as recommended by the relay supplier. W 4.19 BASE BID MATERIAL LIST PANEL DESIGNATION QUANTITY DESCRIPTION 1 87B-lA,B,C 3 RELAY APPLICATION: 69 kV Bus Differential 1 3 4 RELAY TYPE: ABB - KAB RELAY CAT. NO.: --- RELAY STYLE NO.: 6668D37A16 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 75-300 VAC COMMENTS: --- No instantaneous overcurrent unit. 86B-1 1 RELAY APPLICATION: Lockout Relay RELAY TYPE: Electroswitch RELAY CAT. NO.: Similar to 7808D RELAY STYLE NO.: --- CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 125-VDC COMMENTS: ---8 Deck--- 79-1. (SS69-1) 2 RELAY APPLICATION: Reclosing Relay 79-2 (SS69-2) RELAY TYPE: ABB - SGR-52 RELAY CAT. NO.: RELAY STYLE NO.: 1346D91A07 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 125-VDC COMMENTS: ---S-2 Case. 10 PANEL DESIGNATION QUANTITY DESCRIPTION 3 79-1 COS 2 APPLICATION: Reclose Cutout Switch 4 (SS69-1) TYPE: Electroswitch CAT. NO.: Similar to 24203B 79-2 COS STYLE NO.: --- (SS69-2) CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: ---Two (2) spare N.C. contacts and two (2) spare N.O. contacts. 4 101-1 (SS69-1) 5 APPLICATION: OCB CONTROL SWITCH 3 101-2 (SS69-2) TYPE: Electroswitch 2 101-Tl (SS69-3) CAT. NO.: Similar to 2458D 2 101-T2 (SS69-4) STYLE NO: --- 1 101-BT (SS69-BT) CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: ---Two (2) each spare Close, and Trip contacts, one (1) spare off after Trip and Close contacts; Pistol grip type handles and pull to lock. 3 02BF-1 2 RELAY APPLICATION: Breaker Failure 4 (SS69-1) Timing Relay RELAY TYPE: ABB - TD-5 02BF-2 RELAY CAT. NO.: --- (SS69-2) RELAY STYLE NO.:---293B301A22 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: ---0.05-0.4 Sec. Timing Range 3 5OBF-1 2 RELAY APPLICATION: Breaker Failure 4 (SS69-1) Fault Detector RELAY TYPE: ABB - KC-4 50BF-2 RELAY CAT. NO.: --- (SS69-2) RELAY STYLE NO.: 293B004A13 CURRENT RANGE TIME: Phase 2-8 CURRENT RANGE: Ground .5 - 2.0 COIL VOLTAGE: --- COMMENTS: ---ICS - .2/2.0 amp 11 PANEL DESIGNATION QUANTITY DESCRIPTION 3 3 4 4 3 3 4 4 3 4 21Z1-1 4 RELAY APPLICATION: Distance Relay 21Z2-1 RELAY TYPE: ABB - KD-10 (SS69-1) RELAY CAT. NO.: --- RELAY STYLE NO.: 719B195A22 21Z1-2 CURRENT RANGE TIME: --- 21Z2-2 CURRENT RANGE INST.: --- (SS69-2) COIL VOLTAGE: --- COMMENTS: .2-4.5 ohms; ICS - 0.2/2.0 amps; Maximum torque angle - 75° 21NZ1-1 2 RELAY APPLICATION: Ground Dist. (SS69-1) Relay RELAY TYPE: ABB - SDG-1T RELAY CAT. NO.: --- RELAY STYLE NO.: 6698D11A05 21NZ2-1 CURRENT RANGE TIME: --- (SS69-1) CURRENT RANGE INST.: --- COIL VOLTAGE: --- APPROVED EQUAL ACCEPTABLE: Yes ---Sec. imp. range 1-30 ohms; ICS - 0.2/2.0 amps; Max. sensitivity angle 600 - 800, contact output. 21NZ1-2 2 RELAY APPLICATION: Ground Dist. (SS69-2) Relay RELAY TYPE: ABB - SDG-IT 21NZ2-2 RELAY CAT. NO.: --- (SS69-2) RELAY STYLE NO.: 6698D11A07 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- APPROVED EQUAL ACCEPTABLE: Yes ---Sec. imp. range 0.2-4.35 ohms; ICS - 0.2/2.0 amps; Max. sensitivity angle 60° - 80°, contact output. 02Z2-1 2 RELAY APPLICATION: Timer (SS69-1) RELAY TYPE: ABB - TD-52 (PHASE & GRND.) RELAY CAT. NO.: --- RELAY STYLE NO.: --- 02Z2-2 CURRENT RANGE TIME: --- (SS69-2) CURRENT RANGE INST.: --- (PHASE & GRND.) COIL VOLTAGE: 125-VDC COMMENTS: ---0.2 - 4.- Sec. Timing Range 12 PANEL DESIGNATION QUANTITY DESCRIPTION 2 87-T1A,B,C 6 RELAY APPLICATION: Transformer 2 87-T2A,B,C Differential RELAY TYPE: ABB - HU RELAY CAT. NO.: --- RELAY STYLE NO.: 290B46AO9 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: 2 86-Tl 2 RELAY APPLICATION: Lockout Relay 2 86-T2 RELAY TYPE: Electroswitch LOR RELAY CAT. NO.: Similar to 7803C RELAY STYLE NO.: --- CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 125 VDC COMMENTS: ---3 Deck 2 63X-T1 2 APPLICATIONS: Sudden Pressure 2 63X-T2 Auxiliary Relay RELAY TYPE: General Electric HAA RELAY CAT. NO.: 12HAA16B1F RELAY STYLE NO.: --- CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 125 VDC 2 50/51-A,B,C 6 APPLICATION: Phase Overcurrent (SS69-3) RELAY TYPE: ABB - CO-11 RELAY CAT. NO.: --- 2 50/51-A,B,C RELAY STYLE NO.: 265CO47AO7 (SS69-4) CURRENT RANGE TIME: 1-12 CURRENT RANGE INST.: 6-144 COIL VOLTAGE: --- COMMENTS: ---ICS - .2/2.0 amp 13 PANEL DESIGNATION QUANTITY DESCRIPTION 2 2 1 1 51N (SS69-3) 2 APPLICATION: Ground Overcurrent 51N (SS69-4) RELAY TYPE: ABB - CO-11 RELAY CAT. NO.: --- RELAY STYLE NO.: 265C047A05 CURRENT RANGE TIME: 1-12 CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: ---ICS - 0.2/2.0 amps 50/51-A,B,C 3 APPLICATION: Phase Overcurrent (SS69-BT) RELAY TYPE: ABB - CO-11 RELAY CAT. NO.: --- RELAY STYLE NO.: 265C047A07 CURRENT RANGE TIME: 1-12 CURRENT RANGE INST.: 6-144 COIL VOLTAGE: --- COMMENTS: - -ICS - .2/2.0 amp 51N (SS69-BT) 1 APPLICATION: Ground Overcurrent RELAY TYPE: ABB - CO-11 RELAY CAT. NO.: --- RELAY STYLE NO.: 265C047A05 CURRENT RANGE TIME: 1-12 CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: ---ICS - 0.2/2.0 amps MISC. 1 LOT All other relays, switches and related items required for a complete installation. 14 4.20 BASE BID LOOSE RELAYS FOR CHALKER AND HOLLY AVE. SUBSTATIONS PANEL DESIGNATION QUANTITY DESCRIPTION CHALK. 02BF (CH69-1) 2 RELAY APPLICATION: Breaker Failure HOLLY 02BF (HY69-4) Timing Relay RELAY TYPE: ABB - TD-5 RELAY CAT. NO.: --- RELAY STYLE NO.: 293B301A22 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENT: ---0.05-0.4 Sec. Timing Range CHALK. 50-BF (CH69-1) 2 RELAY APPLICATION: Breaker Failure HOLLY. 50-BF (HY69-4) Fault Detector RELAY TYPE: ABB - KC-4 RELAY CAT. NO.: --- RELAY STYLE NO.: 293B004A13 CURRENT RANGE TIME: Phase 2-8 CURRENT RANGE: Ground .5 - 2.0 COIL VOLTAGE: --- COMMENTS: ---ICS - .2/2.0 amp 15 4.21 ALTERNATE BID MATERIAL LIST Under Alternate Bid Item #4.2A a proposal is requested to provide ABB, "MDAR" micro processor based step distance relaying system in lieu of the electro mechanical KD and SDG relays shown above and to provide micro processor based overcurrent relays in lieu of the electromechanical CO relays shown above. This alternate proposal shall include the charges for providing a factory trained field service engineer / technician to perform acceptance testing of these two relay systems. PANEL DESIGNATION QUANTITY DESCRIPTION 1 87B-lA,B,C 3 RELAY APPLICATION: 69 kV Bus Differential RELAY TYPE: ABB - KAB RELAY CAT. NO.: --- RELAY STYLE NO.: 6668D37A16 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 75-300 VAC COMMENTS: --- No instantaneous overcurrent unit. 1 86B-1 1 RELAY APPLICATION: Lockout Relay RELAY TYPE: Electroswitch RELAY CAT. NO.: Similar to 7808D RELAY STYLE NO.: --- CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 125-VDC COMMENTS: ---8 Deck--- 16 PANEL DESIGNATION QUANTITY DESCRIPTION —. 3 79-1 (SS69-1) 2 RELAY APPLICATION: Reclosing Relay 4 79-2 (SS69-2) RELAY TYPE: ABB - SGR-52 RELAY CAT. NO.: RELAY STYLE NO.: 1346D91AO7 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 125-VDC COMMENTS: ---S-2 Case. 3 79-1 COS 2 APPLICATION: Reclose Cutout Switch (SS69-1) TYPE: Electroswitch CAT. NO.: Similar to 24203B ® 4 79-2 COS STYLE NO.: --- (SS69-2) CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: ---Two (2) spare N.C. contacts and two (2) spare N.O. contacts. 4 101-1 (SS69-1) 5 APPLICATION: OCB CONTROL SWITCH 3 101-2 (SS69-2) TYPE: Electroswitch 2 101-T1 (SS69-3) CAT. NO.: Similar to 2458D 2 101-T2 (SS69-4) STYLE NO: --- 1 101-BT (SS69-BT) CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: ---Two (2) each spare Close, and Trip contacts, one (1) spare off after Trip and Close contacts; Pistol grip type handles and pull to lock. 3 02BF-1 2 RELAY APPLICATION: Breaker Failure (SS69-1) Timing Relay RELAY TYPE: ABB - TD-5 4 02BF-2 RELAY CAT. NO.: --- (SS69-2) RELAY STYLE NO.:---293B301A22 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: ---0.05-0.4 Sec. Timing Range 17 PANEL DESIGNATION QUANTITY DESCRIPTION 3 50BF-1 2 RELAY APPLICATION: Breaker Failure (SS69-1) Fault Detector RELAY TYPE: ABB - KC-4 4 50BF-2 RELAY CAT. NO.: --- (SS69-2) RELAY STYLE NO.: 293B004A13 CURRENT RANGE TIME: Phase 2-8 CURRENT RANGE: Ground .5 - 2.0 COIL VOLTAGE: --- COMMENTS: ---ICS - .2/2.0 amp 3 21Z1-1,21NZ1-1 2 RELAY APPLICATION: Distance Relay 21Z2-1,21NZ2-1 RELAY TYPE: ABB - MDAR (SS69-1) RELAY CAT. NO.: --- RELAY STYLE NO.: MD3BINNFN4 4 21Z1-2,21NZ1-2 CURRENT RANGE TIME: --- 21Z2-2,21NZ2-2 CURRENT RANGE INST.: --- (SS69-2) COIL VOLTAGE: --- COMMENTS: 2 87-T1A,B,C 6 RELAY APPLICATION: Transformer 2 87-T2A,B,C Differential RELAY TYPE: Westinghouse HU RELAY CAT. NO.: --- RELAY STYLE NO.: 290B46AO9 CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: --- COMMENTS: 2 86-T1 2 RELAY APPLICATION: Lockout Relay 2 86-T2 RELAY TYPE: Electroswitch LOR RELAY CAT. NO.: Similar to 7803C RELAY STYLE NO.: --- CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 125 VDC COMMENTS: ---3 Deck 2 63X-T1 2 APPLICATIONS: Sudden Pressure 2 63X-T2 Auxiliary Relay RELAY TYPE: General Electric HAA RELAY CAT. NO.: 12HAA16B1F RELAY STYLE NO.: --- CURRENT RANGE TIME: --- CURRENT RANGE INST.: --- COIL VOLTAGE: 125 UDC f PANEL DESIGNATION QUANTITY DESCRIPTION 2 50/51-A,B,C 2 APPLICATION: Phase Overcurrent (SS69-3) RELAY TYPE: ABB -MMCO RELAY CAT. NO.: --- 2 50/51-A,B,C RELAY STYLE NO.: 265C047AO7 (SS69-4) CURRENT RANGE TIME: 1-12 CURRENT RANGE INST.: 6-144 COIL VOLTAGE: --- COMMENTS: ---ICS - .2/2.0 amp 1 50/51-A,B,C 1 APPLICATION: Phase & Grnd Overcurrent (SS69-BT) RELAY TYPE: ABB - MMCO RELAY CAT. NO.: --- RELAY STYLE NO.: 265C047A07 CURRENT RANGE TIME: 1-12 CURRENT RANGE INST.: 6-144 COIL VOLTAGE: --- COMMENTS: ---ICS - .2/2.0 amp MISC. 1 LOT All other relays, switches and related items required for a complete installation. 19 4.22 ALTERNATE BID ITEM #4.6A MATERIAL LIST Under Alternate Bid Item #4.6A provide one (1) complete spare ABB 'MDAR' micro processor relay system inner chassis, identical to the units furnished under Alternate Bid Item # 4.2A. This spare inner chassis will be utilized for maintenance and repair of the two operating units furnished under Alternate Bide Item #4.2A. 4.23 CURRENT TESTING All devices are to have the means to test current flow through the device. Test plugs in the device are acceptable as are separate switches. All relays shall be mounted in drawout type cases. 4.24 SUBSTATION MAINTENANCE MANAGEMENT SYSTEM Under Base Bid Item #1.1, the Vendor shall furnish a substation maintenance management system consisting of hand held processors (HHP) for data collection and a database and management software system for compiling the data. The HHP's shall provide a paperless inspection system that guides the inspector through the inspection sequence. Inspection sequences shall be tailored by the user, limits shall be defined for HHP readings, and out -of -range inputs shall be alarmed to the inspector. The inspector shall have the capability to input messages or notes and skip inspection items. Data from the HHP's shall be transferred to the main PC where detailed records and facts on each piece of equipment is stored. The User shall be able to define off -normal conditions, readings, temperatures, or counters for each piece of equipment in the system. The management system shall print an inspection report, highlight abnormal conditions, print engineering and operating reports, report feeder loads and unbalance currents, generate work orders, and generate preventative maintenance work orders. Hand held processors shall run under MS-DOS and shall have a 50 key weatherproof key board, 256 KB of memory, rechargeable Ni- cad batteries with built in charger, and 8 line x 21 character display. The HHP's shall be Telxon model 860 ES PTC. Three (3) HHP's shall be provided. The maintenance management software shall be ASSET as furnished by Engineering and Design Associates, 2 Plaza Southwest, 6900 SW Haynes Rd., Tigard, Ore. 97223. The management system shall include all documentation, one week of training at LP&L's offices. The proposal shall include all travel, lodging, meals, and expenses for the Vendor's personnel during the one week of training. 4.25 MISCELLANEOUS EQUIPMENT The following equipment is required for installation at adjacent substations or is required for construction of this 20 station. To assure compatibility with existing equipment and system, no substitute equipment will be permitted unless noted. One (1) Multi -Amp, Master Test relay test software system with one year maintenance agreement. - One (1) Multi -Amp, NEC model PM 70-2150 , Powermate PC relay test controller. - Provide firmware upgrades for LP&L's three (3) existing Epoch I, one (1) Epoch III, one (1) Epoch IV, and one(1) Epoch 20 ^ Multiamp relay test sets. 4.26 SWITCHBOARD METERING Under Base Bid Item #1.1 the Vendor shall provide a quantity of digital panel meters to replace the existing analog meters in the LP&L Holly Power Plant switchboard. These replacement meters shall be capable of being installed in the existing 4 inch diameter panel cutouts. The replacement meters shall be furnished with all necessary power supplies, shunts, and transducers. Battery powered devices are not acceptable. Transducers and meters shall be self powered or shall operate from customer supplied 1'25VDC or 120VAC sources. Meters to be replaced are (1) AC voltmeter, (21) AC ammeters, (7) AC megawatt meters, and (7) AC megavar meters. Replacement megawatt and megavar meters shall be 3 phase, 4 wire type and megavar meters shall operate without the use of external phase shifting transformers. All meters shall have adjustable scale factors to allow for changes in CT ratios. These meters will be replaced by LP&L substation personnel. The Vendor shall provide complete instruction manuals and wiring diagrams for each device. The existing meters to be replaced and their characteristics are as follows: LP&L Circuit Ident. : HY-T-1 Meters required : (3) ea. AC ammeter, 0-600 A (1) ea. AC megawatt, 80-0-80 MW (1) ea. AC megavar, 40-0-40 MVar (1) ea. AC voltmeter,0-50 KV Exist instr. x'mfr.: PT ratio 350:1, CT ratio 120:1 LP&L Circuit Ident. : HY-69-1 Meters required : (3) ea. AC ammeter, 0-600 A (1) ea. AC megawatt, 80-0-80 MW (1) ea. AC megavar, 40-0-40 MVar Exist instr. x'mfr.: PT ratio 350:1, CT ratio 120:1 LP&L Circuit Ident. : HY-69-2 Meters required : (3) ea. AC ammeter, 0-600 A ^ (1) ea. AC megawatt, 80-0-80 MW (1) ea. AC megavar, 40-0-40 MVar 21 Exist instr. x'mfr.: PT rati.o 350:1, CT ratio 120:1 LP&L Circuit Ident. : HY-69-3 Meters required (3) ea. AC ammeter, 0-600 A (1) ea. AC megawatt, 80-0-80 MW (1) ea. AC megavar, 40-0-40 War Exist instr. x'mfr.: PT ratio 350:1, CT ratio 120:1 LP&L Circuit Ident. : HY-69-4 Meters required : (3) ea. AC ammeter, 0-600 A (1) ea. AC megawatt, 80-0-80 MW (1) ea. AC megavar, 40-0-40 War Exist instr. x'mfr.: PT ratio 350:1, CT ratio 120:1 LP&L Circuit Ident. : HY-69-IT1 Meters required : (3) ea. AC ammeter, 0-1200 A (1) ea. AC megawatt, 0-100 MW (1) ea. AC megavar, 70-0-70 War Exist instr. x'mfr.: PT ratio 350:1, CT ratio 240:1 LP&L Circuit Ident. : HY-230-1 Meters required : (3) ea. AC ammeter, 0-600 A (1) ea. AC megawatt, 100-0-1000 MW (1) ea. AC megavar, 70-0-70 War Exist instr. x'mfr.: PT ratio 1200:1, CT ratio 120:1 22 SECTION 5.0 - MISCELLANEOUS EQUIPMENT AND MATERIALS 5.01 PROPOSAL DATA Proposals submitted under this specification shall have price and delivery information entered on the appropriate bid form. In addition complete descriptive data or brochures shall be provided on all equipment and materials. A. 5.02 SUBMITTAL DATA Upon acceptance of a proposal, the Vendor shall submit five (5) copies of approval drawings and instruction manuals for all equipment. 5.03 AUTOMATIC TRANSFER SWITCH Provide one (1) each, 150 ampere, 240 volt, two pole mechanically held automatic transfer switch with NEMA 1 enclosure. .., The switch shall be similar to ASCO 940 switch with standard features including pickup adjustable voltage sensing of both sources, time delay to override momentary outages, retransfer to normal time delay, test switch to simulate normal source failure, auxiliary contact to indicate position of switch, switch to manually select source. 5.04 A.C. PANELBOARD Provide one (1) each two section AC panelboard with mains and branch breakers as specified below. The panelboard shall be UL Listed, surface mounted with hinged door, bolted in circuit breakers and ground bus. The panel shall have the following ratings and devices: Voltage: 120 / 240 volts, 1 phase, 3 wire, 60 Hz, AC Mains 125 A/ 2P main circuit breaker Short circuit rating 10,000 amps RMS Sym. Branch breakers: (2) 40A / 2P r- (2) 30A / 2P (10) 20A / 2P (30) 20A / 2P 5.05 D.C. PANELBOARD 1 Provide one (1) each DC panelboard with mains and branch breakers as specified below. The panelboard shall be UL Listed, surface mounted with hinged door, bolted in circuit breakers, ground bus, and sub feed or feed thru lugs for the addition of future panelboard sections. The panel shall have the following ratings and devices: Voltage: 125 volts DC Mains 225 A/ 2P main circuit breaker with 225 A. sub -feed or feed thru lugs Short circuit rating : 5,000 Branch breakers: (20) 20A / 2P 5.06 FUSED DISCONNECT SWITCHES Provide one (1) each 200 ampere, 2 pole, 250 volt DC, NEMA KS-1 heavy duty, UL listed disconnect switch. The switch shall have a NEMA 4 / 4X water and dust tight stainless steel enclosure. 5.07 BATTERIES Provide one (1) each 60 cell, nominal 125 VDC battery system with step rack and accessories as described below. The batteries shall be single cell lead -calcium units with a design life of 20 years on float charge. The batteries are to constructed to be low gassing with minimal water consumption and a watering interval on float charge of greater than 1 year. Batteries shall have transparent containers and flame arrestor type vent caps. The battery shall have a minimum nominal ampere -hour capacity of 200 Ampere Hour at a 8 hour rate to 105 volts at 77 degrees F. The batteries shall have lead calcium plates. A two-step rack shall be furnished on which to set the battery cells. The rack shall be as recommended by the battery manufacturer or an approved equal. The battery system shall be furnished complete including all connectors, straps, and conductor to make the proper connections between each battery unit. Terminals shall be furnished to accept 3/0 AWG copper conductor on the two end cells. The system shall also be furnished with a thermometer, and a hydrometer. 5.08 BATTERY CHARGER Provide one (1) each 125 VDC battery charger as described below. The battery charger shall have a 240 volt ac, 60 hertz, 1 phase input with 130 volts DC, 12 ampere output. DC voltage regulation shall be maintained at ± .5% at any load from no load to full load with ± 10% variation in input voltage. Filtering shall be provided to limit ripple to less than 30 millivolts RMS 2 0 when connected to a battery and less than 100 millivolts RMS without a battery. The charger shall have current limiting circuitry, adjustable float and equalize voltage settings, input and output circuit breakers, DC voltmeter, DC ammeter and 0-72 hour equalize timer. In addition the charger shall have an AC power failure alarm relay and high / low DC alarm both with form "C" output contacts. 5.09 CONTROL CABLES Provide 8500 feet of 5C-#10 and 5000 feet of 12C-#12 multi -conductor control cable, 2000 feet of #10 AWG switchboard wire, 2000 feet of #12 AWG switchboard wire, and 2000 of 2C-#18 shielded cable as specified below. Multi -conductor control cables shall soft drawn copper conductors per ASTM B-3 with Class B stranding per ASTM B-8. Conductor insulation shall be 20 mils of high molecular weight polyethylene and a 10 mil thick color coded layer of PVC. Insulation shall be rated for 75 degree C., 600 volt operation. Conductors shall be cabled with necessary fillers and covered with a 60 mil thick PVC jacket. The jacket shall be rated for 75 degree C., 600 volt operation and shall meet the requirements of ICEA S- 61-402, par. 4.3.1. Multi -conductor cables shall be suitable for installation in underground ducts. Single conductor switchboard wire shall be type SIS, with 105 strand, tinned copper conductor and 30 mil thick gray cross linked polyethylene insulation. Switchboard wire shall resist heat, moisture, flame, oil and corrosive vapors. Shield control cable shall have two #18AWG stranded, tinned copper conductors with polyethylene insulation, aluminum -polyester shield, #20 AWG stranded, tinned copper drain wire and a PVC jacket. 5.10 FLOODLIGHTS Provide fifteen (15) each 400 watt high pressure sodium floodlights as described below. Floodlights shall be vertical lamp units with a heavy duty, die cast aluminum housing and bronze paint finish. Reflectors shall be hydroformed anodized aluminum with an adjustable lamp socket position and gasketed tempered glass lens. Standard beam spread shall be NEMA 7x5, with 6x4 and 7x6 available through alternate socket positions. Floodlights shall be provided with photocell receptacle and wrap around -- mounting yoke. Ballasts shall be 240 volt regulated type. Floodlights shall be equal to American Electric model # 475-6343. 3 (THIS PAGE LEFT BLANK INTENTIONALLY) SPECIAL CONDITIONS -36- (THIS PAGE LEFT BLANK INTENTIONALLY) Office of Purchasing City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 806-767-2167 August 29, 1991 ABB POWER DISTRIBUTION 201 HICKMAN DRIVE PO BOX 1978 SANFORD FL 32772-1978 SUBJECT: LP&L SOUTH SUBSTATION STRUCTURES & EQUIPMENT The City of Lubbock, having considered the proposals submitted and opened on the 16th day of July, 1991, for work to be done and materials to be furnished in and for: City of Lubbock Bid # 11357 LP&L SOUTH SUBSTATION STRUCTURES & EQUIPMENT as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, ^, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the August 8, 1991, at the bid price contained therein, subject to the execution of and furnishing of all other documents specified and required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock. CITY OF LUBBOCK Gene Eads, C.P.M. Purchasing Manager (THIS PAGE LEFT BLANK INTENTIONALLY)