Loading...
HomeMy WebLinkAboutResolution - 2002-R0330 - Contract For The Pilot Scale Water Treatment Plant - 08_29_2002Resolution No. 2002—RO330 August 29, 2002 Item No. 63 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 for the Pilot Scale Water Treatment Plant, by and between the City of Lubbock and CDM Engineers & Contractors, Inc. of Long Beach, California, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 29th day of August , 2002. 1, f 144AC MCD "L, MAYOR 41� ATTEST: Garza, City APPROVED AS TO CONTENT: IJL43zq -- Victor Kil , Purchasing Manager APPROVED AS TO FORM: William de Haas Contract Manager/Attorney gs/ccdocs/Contract-CDM Engineers.res August 15, 2002 -7 oo.2 - ,� WPM CHECK BEST RATING LICEN D 1 ,TEXAS DATE ` CITY OF LUBBOCK SPECIFICATIONS FOR PILOT SCALE WATER TREATMENT PLANT ITB #148-02/BM ."A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas TITLE: PILOT SCALE WATER TREATMENT PLANT ADDRESS: LUBBOCK, TEXAS E ITB NUMBER: 148-02/13M S. 7 PROJECT NUMBER: 9799.9226.40000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT F7, r E_ R- 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND ^' 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITS, 0148-021BM Sealed bids addressed to Victor Kiiman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until o' I9ck n m. on the 181h day of Juiv. 2002, 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: "PILOT SCALE WATER TREATMENT PLANT" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid Is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock D.m. on the 18th dav of JuIv. 2002. and the Cltv of Lubbock City Council will consider the bids on the 22nd davof Aunust, 2QO2,, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price In the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Retina of B or suRerior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) 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 E conditions under which the work is to be done. it shall be understood and agreed that all such factors have been F thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 9th day of July. 2002 at 10:00 o'clock a.m., in the Engineering Conference Room,107, Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13"' Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained from City of Lubbock, Purchasing Department, 1625 13th Street, Room L04, Lubbock, Texas 79401, Phone: (806) 77r5-2167. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the biddes account number. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK { VICTOR KILMAN PURCHASING MANAGER No Text VERY. TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish PILOT SCALE WATER TREATMENT PLANT per the attached specifications and contract documents. Sealed bids will be received no later than M. p.m. CST, the ,18tjh day'of J91Z 2002 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: "ITS #148-02/BM, PILOT SCALE WATER TREATMENT PLANT" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 162513th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory ore -bid meeting F ' will be held at 10:00 a.m.. July 9th. 2002 in Ensalneering Conference Room, 107, Lubbock. Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. -. 3 ADDENDA & MODIFICATIONS s 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may I request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the ' event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock �- shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in E any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 1 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the Intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions In these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be Included and has provided sufficient sums in Its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then It shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 52 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS. CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly Identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be noted of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. ,6.3 Marking your entire bid CONFIDENTIALIPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOUR�ES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 2 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS E 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents,'m'ay be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL j INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE ! SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13'h Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: BMacnair@maii.ci.lubbock.tx.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be fully completed within ONE HUNDRED EIGHTY (180) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID It 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 3 k,; contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 14 M♦ a The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until Incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth In the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall. provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A swom statement of the current financial condition of the bidder. (c) Equipment schedule. 4 19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be Incorporated Into the work without paying the tax at the time of purchase. 20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All 'such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 21 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 22 EXPLOSIVES 22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care sous 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. 22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 22.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 23 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at ail times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and j telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. - 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do - business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. Ail policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether 5 performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 24.2 The insurance certificates furnished shall name the City as an additional Insured, or In the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractor's responsibility to provide to the owner all proof of coverage Insurance documents Including workers compensation coverage for each subcontractor. 25 LABOR AND WORKING HOURS 25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 25.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday,he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 25.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, swom, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth i6the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 27 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 6 28 PREPARATION FOR BID 28.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written In figures, the price written in words shall govern., 28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 28.4 Bid submittals may be withdrawn and resubmitted; at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error In the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 29 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (a) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 30 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the .obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. 7 (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity. reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. 31 BID AWARD 31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in Its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid. 31.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. No Text BID SUBMITTAL LUMP SUM BID CONTRACT DATE: July 18, 2002 PROJECT NUMBER: #148-02/13M - PILOT SCALE WATER TREATMENT PLANT Bid of CDM Engineers & Constructors 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 to Bid for the construction of a PILOT SCALE WATER TREATMENT PLANT having carefully examined the plans, specifications, instructions to'bidders, notice to bidders and all other related contract ., documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. MATERIALS: One hundred twenty thousand ($ 120,000. ) SERVICES: One hundred nineteen thousand two hundred forty nine ($ 119, 249. ) TOTAL BID: Two hundred thirty nine thousand two hundred forty— ($ 2,19. 244 _ ) i nine (Amount shall be shown in both words and numerals. 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 180 (ONE HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder he further agrees to i pay to Owner as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day i in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. E The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock; or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of, award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of twenty-three thousand nine Dollarshundred twentyfivt ($ 23,925. 1, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to. him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Sea[ if Bidder is a Corporation) { ATTEST: E Secretary Bidder acknowledges receipt of the following addenda: s Addenda No. Addenda No. Addenda No. Addenda No. 1:- 17, IWWBE Firm: Date Date Date Date Date: July 18, 2002 C!� 4Q�� A—uthorizea Signature Cary A. Parton (Printed or Typed Name) CDiwl Enaineers & Constructors Inc. Company 2030 West 17th Street Address Long Beach. Los Angeles City, County CA 90813-1084 State Zip Code Telephone: 562- 4,i9-7996 Fax: 562 - 495-0895 2 LIST OF SUBCONTRACTORS Minority Owned Yes No Not Applicable ❑ ❑ i 3 i CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT i To Be Completed by Bidder And Attached to BidSubmittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. s Cary A. Parton Contractor ignature) Contractor (Print) CONTRACTOR'S FIRM NAME: CDM Engineers & Constructors Inc. (Print or Type ) CONTRACTOR'S FIRM ADDRESS: 2030 West 17th Street Long Beach, CA 90813-1084 Name of Agent/Broker: AON Risk Services Address of Agent/Broker: 99 High Street City/State/Zip: Boston, MA 02110 Agent/Broker Telephone Number: ( 617 ) 457-7627 Date: July 18, 2002 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #148-02/BM - PILOT SCALE WATER TREATMENT PLANT i 4 Three Copley Place Suite 300 July 15, 2002 I a _ Boston, MA 02116-6501 TO: N #T �^ rl w'S(�� Phone: 617-437-6900 CDM Engineers & Constructors Inc. Fax:617-351-7430 2030 West Seventeenth St. Long Beach, CA 90813 RE: BID579 July 15, 2002 City of Lubbock Pilot Scale Water Treatment Plant I am pleased to enclose the necessary bid bond, executed per your request. The Bond must be signed by an authorized representative of your company and sealed with the corporate seal. We urge you to double check all signatures, dates, amounts and job descriptions for accuracy. This wili avoid the possibility of having a low bid rejected because of a clerical error. Would you also please verify again that the bid bond form is the form required by the specification? In addition please check that anything unusual which has been requested by the obligee is attached. The bid bond was authorized is based upon your original estimate. If the bid exceeds this estimate by 10% or more, please contact us for additional authority!!! If you have any additional questions or need further assistance please call your servicer. Good luck. Sincerely, Step en W. Grant; Your bid results are very important,please mail or fax this F7 information back to the above address within 5 days of bid opening. Contractors Name Contract Price 1. $. 2 $ Willis 3 $ of _ Where did you place & your price $ assachusetts,lnc. k Insurance Services I, Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we CDM Engineers & Constructors Inc. (Here insert full name and address or leg at title of Contractor) 2030 West Seventeenth St., Long Beach, CA 90813 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) Travelers Casualty and Surety Company of America 300 Crown Colony Drive, Quincy, MA 02169 a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock (Here insert full name and address or legal title of owner) 1625 13th Street, Lubbock, T% 79401 as Obligee, hereinafter called the Obligee, in the sum of F_ Ten Percent of the Amount Bid - - - - - - - : Dollars ($ log - - - ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) Pilot Scale Water Treatment Plant ITB #148-02/BM NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this is day of July 2002 CDM. Engineers &_9PAGtZuctoZS Inc. (Principal) ` (Seal) an J. Piqble (Witness) Thomas D. Furman, J ite) Chairman of, theBoard Wen alty and Sure y Compan of America f urety) (Seal) l (Witness Ads t, ide) Attornay-in -!act Printed in cooperation with The American Institute of Architect (AIA) by Willis. Willis vouches that the language In the document conforms exactly to the language used in AIA Document A310, February 1970 Edition. 1 WC0054 — TRAVELET ^.ASUALTY AND SURETY COMPANY OF! - 'ERICA TR-- —XFRS CASUALTY AND SURETY COMPA, FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 TRAVELERS CASUALTY AND SURETY COMPANY OF U11NOIS Naperville, Mnois 60563-M58 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-1N-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AKE*RICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, co.pa.-lions duly organized under the laws of the State of Connecticut, and hawing their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF UJINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Nape mVe, County of DuPage, State of Illinois, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Stephen W. Grant, DIane AL Hurlebaus, Virginia M. Michaels or Michael A. Rosenberger' : of Boston, MA, their true and lawful Attotnry(s)-in Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area them designated the following instniment(s): _ by hisiber sole signature and act, arty and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the -- nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fiilly and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are bereby ratified and conflrm�& This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED. That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President. any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of wdhaxity may pr+escn to sign with the Company's nacre and seal with the Company s seal.bonds, tecognizances, contracts of indemnity, and other writings obligatory in the nature of a band, recognizance, or conditional undedaldng, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. ! VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof Is Mod in the office of the Secretary. VOTED- That any band, recognizance, contract of indemnity, or writing obligatory in the nature of a band, rode, or conditional unda taking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, of required) by one or more Attorneys -in -Fact and Agents pursuant to the power presen'bed is his or her certificate or t>reir certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimr�e tinder and by authority of the following : Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMWGTON . CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF UJANOLS, which Resolution is now in Pall force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice Preskknk any Senior Vida President, any Vice President, nay Assistant Vice President, any Secretary. any Assistant Secretary, and the seal of the Company may be affixed by facsimile to am, power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assidant Secretaries or AtEaneys-art-Fad fa pauposes only of executing and attesting bonds and undert Wags and other writings obligday in the nahma &et* #; and nay w Bch power of attaraw or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power se executed arc certified by such facsimile signature and facsimile seal shall be valid and binding upon the Cory► in the fimr<ee with respect to any baud o undertaking to which it is attached. (9-97) No Text Bond No. 6SB103890774 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253A21(a) OF THE TEXAS GOVERNMENT COCE (CONTRA= MORE THAN $25.000) CDN Engineers & Constructors Inc herelnatter oiled the Prinel . as al S KNOW ALL MEN eY 7HtcSEPR�SENTS, tttet,�., .� �{ P � 1 Prindpal(s), and Travelers Casualty and Surety Company of America E(hMinafler called the Surety(s) asdSur , are held and fi dNN�bound unto the City of Lubbock (haminefter celled the Obligee). in the amount of Dollars ($�39.249 00 )) Iaevfui money of the Unllted Stales for the payment wherW, am said Prindpal and SUMbj bind ihernselves, and their h" administrab ex= t m, suc+eassors and assigns, 7oiN1y and severally. fumly by those pr 8rtts. WHEREAS. the Principal ttiss entered Ingo a certain written contractwrdh the Obligpqe^e^,^ dated the 29 „dW of lm;g st ,-4-02 to Pilot Scale Water Treatment Plant. * 9799.9226.-40JO and said Principal underthe taw is required before commencing the waric provided for in said contract to execute a bond In the amount of said contract which contract is hereby referred to and made a part hmW as tuliyl and to the same extent as lF copied at length herein. NOW, THEREFORE, THE CONDITION OF THLS OBLIGATION IS SUCH, that If the said Principal shell pay ail claimants supplying labor and nwlett8i to him or a suboontracbor In the pmaecutlon of the work provided for in said cw*ad,; then, ihts abGgation shall be void; otherwise to rwrizi t in full force and elf 4 PROVIDED, HOWEVMk It=its bond Is exe=ted pursuant to the proVeslons of Section 22S&021(a) of the Tom Govermtent Lode, and all liab=es on fts bond shall be determined In accordance with the previsions of said ArWe to the same wdW as if it were copied at length herein_ IN WCt't1tM W r=PMF. the Bald PMdpal (s) and Surety (s) have signed and sealed t ft irstrumerd Ws l day of September ?0 02 ty And Surety Company of America Jeannette Dominguez, Attafney-in-Fact CDK Engineers &Constructors Inc. (Carrtpeny Name? By- Mario J. Marr-accio (Printed Name) (signature - Cnrnorate Counsel/Secretary cue) 1 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.6262, ITEM NO.39, APRIL 8, 1999 EXHIBIT,A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified Hourly Rate 11.50 12.50 6.26 9.00 12.50 12.50 7.00 11.00 7.00 8.00 11.00 13.75 7.00 9.50 8.50 9.50 10.50 11.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Sri Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician _ Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor Truck Driver -Light Truck Driver -Heavy 2 Hourly Rate 9.00 6.00 8.00 7.00 12.00 6.00 7.00 6.25 6.00 6.75 8.00 7.00 7.75 8.00 7.75 7.25 8.00 7.25 9.50 6.75 7.25 7.25 6.50 7.00 EXHIBIT, C Prevailing Wage Rates Overtime Rate I The rate for overtime (in excess of forty hours per week), shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair Labor Standards Act. r:.! P'..:: �'. .� :, City of Lubbock, Texas PILOT SCALE WATER TREATMENT PLANT PROJECT TECHNICAL SPECIFICATIONS City of Lubbock Pilot Scale VrP Project 20662.33599 INDEX OF SPECIFICATIONS SECTION DESCRIPTION DIVISION 1- GENERAL REQUIREMENTS 01005 Abbreviations 01010 Summary of Work 01011 Site Conditions 01026 Measurement and Payment 01200 Project Meetings 01300 Submittals 01600 Delivery, Storage and Handling 01610 Material and Equipment 01700 Contract Closeout 01740 Warranties and Bonds DIVISION 9 - FINISHES 09901 Surface Preparation and Shop Prime Painting 09902 Finish Painting DIVISION 13 - SPECIAL CONSTRUCTION 13500 Pilot Plant System DIVISION 15 - MECHANICAL 15050 Basic Mechanical Materials and Methods 15064 Plastic Pipe and Fittings 15100 Valves 15140 Pipe Hangers and Supports FIGURES IA Process Flow Diagram I 1B Process Flow Diagram II 2 Raw Water Module 3 Rapid Mix and Flocculation Module 4 Sedimentation Module 5 Settled Water Transfer Pump Module 6 Gravity Filter Module 7 Filter Backwash Module 8 Chemical Feed Systems Module 9 Proposed Pilot Plant Layout 10. Existing Site Plan — Partial Plan END OF SECTION F20662Stoc TOC-1 04/18/02 City of Lubbock Pilot Scale WTP Project 20662.33399 1.03 WORK SEQUENCE A. The Contractor is required to determine his own method of construction and detailed work sequence, within the general terms of the Contract, so long as the overall proyect completion time is achieved. B. The Contractor shall serve as an overall coordinator among all Sub -contractors. 1.04 CONTRACTOR'S DUTIES A. Designate required delivery date for each product in Construction Schedule. B. The Contractor shall serve as an overall coordinator among all Sub Contractors. C. Handling of material and equipment at site, including uncrating, storage and security. D. Protect equipment from damage. E. Repair or replace items damaged as a result of the Contractor's operations. F. Install, connect and finish products. 1.05 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES A. The Contractor shall be limited to the following work schedule and hours, unless approved otherwise by the OWNER: • Monday through Friday 8:00 am to 4:30 pm • Except for City holidays B. The proposed work under this Contract will connect with or into existing facilities. Many of such contact locations are particularly sensitive because of the attendant necessary down -time of existing water treatment operations, or because of the possibility of contamination of potable water, or because of the extraordinary inconvenience to the Owner's personnel and to the routine which is required in the continuous operation. Because of this sensitivity, the Contractor shall plan carefully the schedule of that portion of the work which will affect the existing facilities. Such plans and schedules shall be subject to the approval of the Owner. C. Work which requires shutdown or in any way impedes the operations of existing facilities shall be closely coordinated with the Owner. A minimum of seven days written notice shall be given to the Owner before such approval will be granted. D. Immediately after the award of a contract for this project, the Contractor shall outline and submit a scheduled plan for installation of the work which requires interruption of operations. E. The Contractor shall follow the plant's security requirements, including, but not limited to the, following: 1. Obtain City issued photo identification for all on -site workers 2. Provide identification of all delivery personnel before arrival onsite. F. The Contractor shall be responsible for obtaining and understanding City security guidelines prior to commencing on -site work. F20662S01010.doc 01010-24/19/02 City or Lubimck Pilot Scale wTP Projcct 20662.333'Y) SECTION 01010 SUMMARY OF WORK PART E GENERAL 1.01 SCOPE OF WORK A. This Section describes the project in general and provides an overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and Figures and Drawings provided in the Project Manual. The Contractors shall, except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, testing, and completion of the work. B. Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of work. It is the intent of these Specifications to provide the Owner with complete operable systems, subsystems, and other items of work. All miscellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included in the applicable unit prices or lump sum prices bid for the various items of work even though these appurtenances and items may'not be specifically called for in the Specifications. C. The work shall include all mechanical, structural, electrical, and instrumentation work. 1.02 DESCRIPTION OF THE PROJECT A. The work of this project is located at the Lubbock Water Treatment Plant, 6001 North Guava, Lubbock, Texas 79457. B. The project shall include the fabrication, construction, installation, and start-up of a pilot -scale water treatment plant at the Lubbock WTP. The pilot plant shall include, but not be limited to the following modules and work items: 1. Raw water module 2. Rapid mix and flocculation module 3. Sedimentation basin module 4. Settled water transfer pump module 5. Gravity filter module 6. Filter backwash module 7. Chemical feed system module 8. Electrical module 9. Instrumentation 10. Piping, Valves, and appurtenances F20662S01010.doc 01010-1 4/18102 City of Lubbock Pilot Scale WTP Project 20662.33599 NBMA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code i NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal & State) PS Product Standards Sections - U.S. Department of Commerce RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SSPC Steel Structures Painting Council TCA Tile Council of America TEMA Tubular Exchanger Manufacturers' Association UBC Uniform Building Code UL Underwriter's Laboratories, Inc. WWPA Western Wood Products Association i END OF SECTION F2o662901005 01005-2 4/M2 City of Lubbock Pilot Scale WTP Pmjcct 20662-33599 SECTION 01005 ABBREVIATIONS PART 1: GENERAL 1.01 SCOPE OF WORK A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti -Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers' Association AWPB American Wood Preservers' Bureau AWS American Welding Society AWWA American Water Works Association BHMA Builders' Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute' CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers, Inc. IPCEA Insulated Power Cable Engineer's Association MMA Monorail Manufacturers' Association NACE National Association of Coatings Engineers F20"2z01005 01005-1 4/18102 ' City of Lubbock Pilot Scale WfP Project '- 20662-33599 1.06 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit the use of the premises for his Work and for storage to allow for: 1. Work by other contractors. 2. Owner occupancy. 3. Public use. '. B. Coordinate use of premises with Owner. C. Contractor shall assume full responsibility for security of all his and his subcontractors materials and equipment stored on the site. D. If directed by the Owner, move any stored items which interfere with operations of Owner or other contractors. E. Obtain and pay for use of additional storage or work areas if needed to perform the Work. F. Contractor shall submit to the Owner for approval a plan of operations, designating proposed areas of the property to be used for his operations, material storage, equipment storage, employee's parking, offices and shops. The area shall effect minimal interference with the present operations. G. Any damage to existing facilities, including contamination, which may be caused by Contractor's personnel, callers, visitors, materials or equipment, shall be repaired or corrected at the sole expense of — the Contractor. 1.07 OWNER OCCUPANCY A. Owner will occupy premises during performance of the work for the conduct of his/her normal operations. Coordinate all construction operations with Owner to minimize conflict and to facilitate Owner usage. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION c^` r:. K F20662SO1010 01010-3 4/18/02 i. City of Lubbock Pilot Scale WTP Project 20662-33599 ` SECTION 01005 ABBREVIATIONS PART 1: GENERAL 1.01 SCOPE OF WORK A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti -Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction — AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers' Association AWPB American Wood Preservers' Bureau AWS American Welding Society AWWA American Water Works Association BHMA Builders' Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute r ICBO International Conference of Building Officials g Y;. IEEE Institute of Electrical and Electronics Engineers, Inc. IPCEA Insulated Power Cable Engineer's Association ^-` MMA Monorail Manufacturers' Association NACE National Association of Coatings Engineers — nO66UO1005 01005-1 4/1M City of Lubbock Pilot Scale w rP Project 20662.33599 NBMA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal & State) PS Product Standards Sections - U.S. Department of Commerce RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SSPC Steel Structures Painting Council TCA Tile Council of America TEMA Tubular Exchanger Manufacturers' Association UBC Uniform Building Code UL Underwriter's Laboratories, Inc. WWPA Western Wood Products Association END OF SECTION F2066WI005 01005-2 4118/02 I City or Lubbock Pilot Scale W,rP Project 20662.33599 SECTION 01010 SUMMARY OF WORK PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section describes the project in general and provides an overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and Figures and Drawings provided in the Project Manual. The Contractors shall, except as otherwise _ specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services s necessary for proper execution, testing, and completion of the work. B. Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof shall be included in the applicableunit prices or lump sum prices bid for the various items of work. It is the intent of these Specifications to provide the Owner with complete operable systems, subsystems, and other items of work. All miscellaneous appurtenances and other items or r work that are incidental to meeting the intent of these Specifications shall be considered as having been included in the applicable unit prices or lump sum prices bid for the various items of work even though these appurtenances and items may not be specifically called for in the Specifications. C. The work shall include all mechanical, structural, electrical, and instrumentation work. 1.02 DESCRIPTION OF THE PROJECT A. The work of this project is located at the Lubbock Water Treatment Plant, 6001 North Guava, Lubbock, Texas 79457. B. The project shall include the fabrication, construction, installation, and start-up of a pilot -scale water treatment plant at the Lubbock WTP. The pilot plant shall include, but not be limited to the following modules and work items: I . Raw water module 2. Rapid mix and flocculation module 3. Sedimentation basin module 4. Settled water transfer pump module 5. Gravity filter module 6. Filter backwash module 7. Chemical feed system module 8. Electrical module 9. Instrumentation 10. Piping, Valves, and appurtenances r F20662S01010.doc 01010-1 4/18/02 City of Lubbock Pilot Scale WIT Project 20662.33599 1.03 WORK SEQUENCE A. The Contractor is required to determine hid own method of construction and detailed work sequence, within the general terms of the Contract, so long as the overall project completion time is achieved. B. The Contractor shall serve as an overall coordinator among all Sub -contractors. 1.04 CONTRACTOR'S DUTIES A. Designate required delivery date for each product in Construction Schedule. B. The Contractor shall serve as an overall coordinator among all Sub Contractors. C. Handling of material and equipment at site, including uncrating, storage and security. D. Protect equipment from damage. E. Repair or replace items damaged as a result of the Contractor's operations. F. Install, connect and finish products. 1.05 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES A. The Contractor shall be limited to the following work schedule and hours, unless approved otherwise by the OWNER: • Monday through Friday 8:00 am%to 4:30 pm • Except for City holidays B. The proposed work under this Contract will connect with or into existing facilities. Many of such contact locations are particularly sensitive because of the attendant necessary down -time of existing water treatment operations, or because of the possibility of contamination ofpotable water, or because of the extraordinary inconvenience to the Owner's personnel and to the routine which is required in the continuous operation. Because of this sensitivity, the Contractor shall plan carefully the schedule of that portion of the work which will affect the existing facilities. Such plans and schedules shall be subject to the approval of the Owner. C. Work which requires shutdown or in any way impedes the operations of existing facilities shall be closely coordinated with the Owner. A minimum of seven days written notice shall be given to the Owner before such approval will be granted. D. Immediately after the award of a contract for this project, the Contractor shall outline and submit a scheduled plan for installation of the work which requires interruption of operations. E. The Contractor shall follow the plant's security requirements, including, but not limited to the following: 1. Obtain City issued photo identification for all on -site workers 2. Provide identification of all delivery personnel before arrival onsite. F. The Contractor shall be responsible for obtaining and understanding City security guidelines prior to commencing on -site work.' F20662S01010.doc 0:1010-2 4118/02 The undersVned surely company represents that R Is duly qualified to do business In Texas. and heteby deskrems John oUOirA*,an agent rwWont In Lubbock County to whom ony regWsils noftes may be dWNemd and on wham swvjW of process may be had In mallwa arising out of such suretyship. *c/o Shropshire Agency Travelers Mity and Surma ety.Q=§= of America 1615 Avenue M Lubbock, Tx 79408 Burs y ^!� ( �(IIItL) Jeannette Dominguez, j tf Attorney -in -Fact (\ Approved as In form: Gilt' of I I -1h ck W.. IVA44-:— 4& CRY PSOMY Note: If signed by an officer of the Surety Company titers must be on tie a carolled extract from the byWaws showing that tads perstm has authority.to sign uxh obllgetion. If a%mW by an Attorney In Fact we must have u vpy of power of atmmey tar au Pilaus. T 2 ; TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 66183-0062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Marion R. Vail, Diane R. Cardini, Jeannette Dominguez, Asunda Mikulak, of j Farmington, Connecticut, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. 77 This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate, Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any t Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or r by one or more Company officers pursuant to a written delegation of authority. ` This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice 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 Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing 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 in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this loth day of July 2002. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD ,�,.'? f•�S45iWEh, gJ'`TY ANps r,ASG,+�? ff W HARTFORD < i Cj CONK ; 3; CON". o° TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARXWGTON CASUALTY COMPANY By George W. Thompson Senior Vice President On this loth day of July, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. a� *4101 * My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this u day of September ,20 02. E� gJ'�TYANpS GASU,4�r HAfi FFOAO, a HARTFORD, < t9 ' ] y g 2 p B ►•�} V C0N" o z Kon M. Johanson �diy • r��a Assistant Secretary, Bond Travelers'~' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street - West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 _(267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, 'rights or complaints at. Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. No Text I tl , Bond No. 6SB103890774 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2=221(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THM 9100,000) CDN Engineers Co or KNOW ALL MEN 8Y T"ME PRESENTS. that �ters%et tger fgUehv Princlpal(s), as Pftclpal(s), and Travelers Casualty and Surety Company of America 1 (hersinefter eaIled the Stu 5� (�s h d and ( bound unto the C11y of L bbock (herelnaRBr called the Obliges), In amount of a usan Dollars 239 249.00 lawful money of the United States for the payment whereof, the said Prhtclpat and Surety bind themselves, and their hews, administrators, Mcutors, successors and ess%no, jointly and severally, firmly by Mesa presents. WHEREAS, the Prindpat has enlered Into a cerWn 12mt _Y 20 02' tU Pilot Scale Water contract with the Obligee, deted the ?4 day of ant Plant. # 9799.9226.40000 i and said principal Under ft law Is required before commencing the work provided for in said contra d to exewb3 a bond in the amount of said CVract which contract Is hereby retemed to and made a part hereof as f * and to the same extent as If raped e.length iheraft NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION IS SUCH, that it the said Principal sball faithfully perform the work in accordance with the pions, speclficalans andcant .-wt dczuments, then this oblfgatlon shall be vatd; otherwise to remain in fill fwca and effect. PROVIDED, HOWEVEiZ, that this bond is exeeulad pursuant to the previsions of Section ??-93.02'1(e) of the Texas Gavetnment Cade, and as tiabWes an this bond shall be determined in a=rdance wits► the pravl*ns of said artide as the Sartre extent es V itwam espied at ler*th herein, IN W1TNt=SS WHEREOF, lhc said Principal (s) and Surety (s) have signed and sealad this Instrument this � day of S ptember 20 02 Travele s Casualty and Surety Company of America CDH Engineers 6 Constructors Inc. (Corn,✓ -any Name) 7Y01MD y._ ario J. Marcaccio annette Dominguez, ttorney in -Fact (Printed N2MO) (SIBnawre) -- Corporate Counsel/Secretary (TiSe} i The and migned surety company represents that It Is duly quellfled to do buslnees N T lexas� and here suby dasignat+es John shropshire*an agent resident in Lubbock County to whom any requlglle notices may be delivered and on whorn service of process may be had In matters erlstn6 out of such auretyship. *c/o Shropshire Agency, Travelers Casualty and Surety Company of America 161-5 Avenue H Lubbock, TS 79408 �re� is �Teannette " Attorney -in -Fact Approved as to Form City of Lubbock �_ _ t1gtAAtiorrney_ _ _ _ Note: If erred by an officer of 11he Swely Conpany. there must be on file a cerOW extract kom the by-laws showing i that this person has euflw ft to lip such obligation. If signed by an Atlomey in Mcl, we must have copy of power of i aw mey for our flees. i i • i tr -` P 2 CERTIFICATE OF INSURANCE h CERTIFICATE OF INSURANCE 09/10/02" TO: CITY OF LUBBOCK DAi'E: P.O. BOX 2000 _ No. 2092-206 LUBBCCKj TX 78457 TYPE OF PROJECT: CDM Engineers & Constructors Inc Pilot Scale Water Treatment Plant 1331 17th St Ste 1200 Name end Address of tnsured);s, at THIS Is TO CERTIFYTHAT _, Denver CO 80202 ( the date of this ce0cate, insured by IhIS Company with respect ro the business oper8tlotts hareU8fter described, for the typed of InsurarM and in accordance with the pmWslons of the standerdd policies used by this company. the further W hereinafter desalbed. Excaptlons to standard pcllay noted hereon. WA916F OSURMGE "UCY N ER uFFFEa Ye . tt EF ve to ITS o Rat: cuterutY General Aggmple 32, 000 , 000 0ar'E��� dL08376632-06 01/01/02 01/01/03 PmduchwAmwopAMS � � 0 PenmI A Adv.Inh+ry_i > a owners a c:ona I CM Pro Each Oeaunerloe Am oaoe (�lya�e ... 100,000 Med F,tp CkW one Pe rsprt) $5 , 000 3 MMOTIVEU UTY4ARyAuft Combined Una li, 000 000 of ADOWMMdAutns RAP8376631-06 01/01/02 1/01/03 sodlylW yOwPemwi)s �— W1yh191y(P6rAcd4wQ a Sdm UW Autos a KM Autos Properly Dame i ' 0 Nan-Ownedanlas' D GIRASE UA81 TY D Any Auto Auto Only - Each Anddent S 0 01hw dm Auto 0r* Each Accident S AgBtepale S D t3i►W?ER'S of �a MW7 FtoM s f FFrgss r a oven Arm each Oaattm um S ��� s a o�er'rtms► umbreee r-orm RKERS COM 7taNAW PMPLOVERSLMMUTY 1ftP1op$9%d a I *40d padmemsmewm a Sodaded WC8376633-07 01/01/02 1/01/03 � Each AeddErtt S 1 000 000 Otsoees ate: Disease pottg t Grdt s000='OQO" o>�aae-Each t�ptoy�s • s . �.y The above pall ies either In the ad thereof or by appropriate endowment pro fte that they may not be changed or E " canceled by the insurer in less than the legal time tsquhEd after the irwured has tttcelved written hoilce of suet Mange or canceilatlon, or ut case there Is no leeat tequlramant, In less .than live days In advance of canceUattom FIVE COPMS OF THE CEIMFICATE OF INSURANCE Zurich American Insurance Company MUST BE SENT TO THE CITY OF LUBBOCK s Insyyq ro THE CITY OF LUBBOCK IS INCLUDED AS AN ADDITIONAL By' INSURED WITH RESPECT TO'GENERAL AND AUTOMOBILE LIABILITY Authorized„Representative "a COVERAGES. A WAIVER OF SUBROGATION IS INCLUDED. -'— -- 0111, DATE(MM/DD/YY) Lr Ln. if ' r °ya 09/1 U/02 PRODUCER THISCERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Aon Risk Services, Inc. of Massachusetts ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 99 High Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Boston MA 02110 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY PHONE - (617) 482-3100 FAX - (617) 542-2597 q Zurich American Ins Co INSURED COMPANY CDM Engineers & Constructors Inc. B COMPANY 1331 17th Street Suite #1200 C Denver, CO 80202 USA COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDNY) POLICY EXPIRATION DATE (MMIDDNY) LIMITS A GENERALLIABILrY GLOB376632-06 01/01/02 01/01/03 GENERAL AGGREGATE $2,000,000 X COMMERCIAL GENERAL LIABILITY Commercial General Liability PRODUCTS - COMP/OP AGG $2,000,000 PERSONAL & ADV INJURY $1,000,000 CLAIMS MADE FXJ OCCUR EACH OCCURRENCE $1,000,000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE(Anv one fire) $100,000 MED EXP (Anyone person) $5,000 • AUTOMOBILE LIABILITY X ANY AUTO BAP8376631-06 BUSINESS AUTO COVERAGE 01/01/02 01/01/03 COMBINED SINGLE LIMIT $1,000,000 BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS ( Per person) BODILY INJURY HIRED AUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY- EA ACCIDENT ANY AUTO OTHER THAN AUTO ONLY:t EACH ACCIDENT AGGREGAT EXCESS LIABILITY EACH OCCURRENCE UMBRELLA FORM AGGREGATE OTHER THAN UMBRELLA FORM A WORKER'S COMPENSATION AND WC 8376633-07 01/01/02 01/01/03 X WC STATU- n7H- EMPLOYERS' LIABILITY WORKERS COMPENSATION EL EACH ACCIDENT $1,000,000 THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE EL DISEASE -POLICY LIMIT -- $1,000, 000 OFFICERS ARE: EXCL EL DISEASE -EA EMPLOYEE $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESISPECIAL ITEMS Job Name: Pilot Scale Water Treatment Plant Job No. 2092-206 The City of Lubbock is included as an Additional Insured with respect to General and Automobile Liability coverages. A Waiver of Subrogation is included. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE The City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL P.Q. Box 2000 30 PAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. Lubbock TX 79457 USA BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPA Y, ITS AGENTS OR REPRESENTATIVES. A ED REPRESENTATIVE r teeniTlcaie No: 0f000jt$bUWfU Holder Identifier: CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; -- (3) provide the governmental entity, prior to the and of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; - (4) obtain from each person providing services on a project, and provide to the governmental entity. (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing —. extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words 'i or changes: REQUIRED WORKERS' COMPENSATION COVERAGE 'The law requires that each person working on this site or providing services related to this construction project must (see t reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering I equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." r -- "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. and (8) contractually require each person with whom it contracts to provide services on a project, to: 77 (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in ail contracts to provide services on the project the language in subsection (a) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: I (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the f, coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year - thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.0 3 No Text CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 29'h day of August, 2002 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and CDM ENGINEERS & CONSTRUCTORS. INC. of the CITY OF LONG BEACH, COUNTY OF LOS ANGELES and the STATE OF CALIFORNIA hereinafter termed CONTRACTOR. W ITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and ;complete the construction of certain improvements described as follows: BID #148-02/BM - PILOT SCALE WATER TREATMENT PLANT - $239,249.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement Texas in the year and day first above written. , J ATTEST: City Sbcretary PROVED AS TO CONTENT: C� Owrkg5present APPROVED AS TO FORM: City Attorney ATTEST: 435�-. Corporate Secretary CITY OF By: !' y TMAYOR CONTRACTOR: ER) County, CDM GINEERS CONSTRUCTORS, INC. By: PRINTED NAME: afA�?- TITLE:--Y' COMPLETE ADDRESS: CDM Engineers & Constructors, Inc. m 2030 West 17'h Street z4ng Beach, CA 90813-1084 No Text GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit CDM ENGINEERS & CONSTRUCTORS. INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative GARY'ESSARY, WATER SYSTEMS SUPERVISOR, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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 f or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for'any payments due Subcontractor. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the ! proper inspection and examination of the work. The Contractor shall regard and obey the directions and Instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and Instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or Inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the.execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, _ incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 3 The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it Is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained' by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to fumish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be bome by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractors expense. 4 The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, In the line, grade, form dimensions, plans or materials foe the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid t according to the quantity actually done and at the unit price established for such work under.this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual �- expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be _ required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, falteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, i together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the ;farm in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the I 1 Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be - determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shell cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office I 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" t No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). if Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be Included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then It shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. it is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increaseits force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or .municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The Certificates of Insurance furnished by the Contractor and Subcontractors shall name the City of Lubbock as an additional Insured. If no subcontractors will be used, said insurance certificate shall be accompanied by a written statement from the Contractor stating to the effect that no work on this particular project shall be subcontracted. A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, f_0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage,11.000,000.00 Combined Single Limit, f to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and is `< 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. 7 D. Builder's Risk Insurancellnstallation Floater Insurance. The Contractor shall obtain a Builder's Risk policy In the amount of 0% of the total contract once (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance In the amount of S0 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from'each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage; prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 8 f (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. k 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially t affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and ! ` report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (a) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any, person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance :. 9 Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entities the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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 insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shalt be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior, to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person' providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental, entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (a) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 10 City of Lubbock Pilot Scale WTP Project 20662-33599 G. Filtration System Equipment: 1. Provide two differential pressure indicating transmitters, ABB 600 Series or equal. 2. Provide two turbidimeters, 0-100, Hach Model 1720D with Power Supply and AquaTrend Interface (SOM). 3. Provide two particle counters, and associated flowmeters,1/0 boards, interconnecting cable and computer interface, Hach Model 2200 PCX (Model 57050-00). 4. Provide two pH meters, Hach EC310 pH Controller (Model 55300-00) w/ integral temperature indicating transmitter, flow-thru cell mounting kit (Model 55242-00), Hach One flat electrode (Model 55310-00), and power cord. 5. Provide two ultrasonic level transmitters. 6. Provide two proportional control (modulating) flier effluent valves as manufactured by Hass (Model ECV-750B-4X). 7. Provide two "total chlorine" residual analyzers, Hach CL17 (Model 54400-02) and accessories. 8. The turbidimeters, particle counters, differential pressure indicating transmitters, pH/temperature meters, and chlorine analyzers shall be furnished with all necessary components to permit monitoring of 4-20 mA outputs locally and remotely. 2.06 BACKWASH MODULE A. The backwash module shall consist of a backwash air compressor, and metering and valves for the supply of backwash air and water to the filter columns. The backwash water source shall be from the plant water system. The air compressor and associated air piping and valves shall be mounted on a common skid constructed of painted steel, which shall be located near the filter columns. The backwash air and water meters and control valves shall be unistrut mounted. B. Interconnecting piping, valves, and instrumentation locations shall be as shown on Figure No. 7. The piping and valves shall be as specified below. C. Backwash Module Equipment: 1. Provide one water flow meter, 0.8-8 gpm, ERDCO Model 3423-02T0. 2. Provide one diaphragm valve, 1/2-inch, Herco Model 5276-005. 3. Provide one air scour flow meter with control valve, 10 —100 scfh, Cole-Parmer U-32461- 18. 4. Provide one pressure reducing valve, Grainger Model 2P080. 5. Provide backflow prevention valve, Grainger Model 6P988. 6. Provide one backwash air compressor, Grainger Model 5F562. F20662SI3500 13500-8 6/27102 City of Lubbock Pilot Scale WfP Project 20662-335" 7. Control of backwash system shall be manual with no 4-20 MA outputs local or remote required. 2.07 CHEMICAL FEED SYSTEMS A. The chemical feed equipment shall consist of chemical storage tanks, containment bins, feed pumps, tubing and chemical injectors. The chemical injectors shall be installed in the piping where indicated in Figure No. 1 A and 1 B. a: B. The Chemical Feed Systems shall be constructed and fabricated as one or two skid mounted unit(s). Fabricate support platform for mounting of tanks, pumps, containment bins, etc., as integral system(s). Platform shall be sized so as to permit free and complete access to all -. • pumps, mixers, piping, tanks, instruments, etc. Contractor shall submit for review a layout of Chemical Feed System platform(s) prior to fabrication. C. Chemical Feed System Equipment: 1. Provide nine quick -change, multi -size pump heads with multi -size tubing, Cole Model U- 07518-10. Variable drive motors, 7-200 rpm, Cole Model U-07554-85. j 2. Provide eight chemical injectors, BluWh Model C-345V. 3. Provide six 15-gallon HDPE storage tanks with lids. 4. Provide one 30 gallon HDPE storage tank with lid. 5. Provide two mixers (polymer/alum blend and PAC slurry). i 6. Provide eight containment boxes by Herco sized to match individual storage tanks. 7. Provide two sets of Norprene pump tubing, US 13, Cole Model P-WO4-13. 8. Provide two sets of Norprene pump tubing, US 14, Cole Model P-06404-14. 9. Provide two sets of Norprene pump tubing, US 16, Cole Model P-06404-16. 2.08 ELECTRICAL WORK A. All electrical work, including materials and workmanship shall be as specified herein. B. All conduit shall be rigid aluminum for electrical and instrumentation wiring. C. Provide and install the following electrical components for the pilot plant system as specified herein. The City will provide a 120/240 V, 1 phase, 60 Hz electrical supply to the pilot plant area. Contractor shall furnish and install a 3-pole,4-wire plug/receptacle combination for electrical connection from City feed to pilot plant. Contractor shall verify length of plug cord required for connection from City electrical supply to panelboard receptacle. All panel board circuits shall be Ground Fault Interrupter (GFI) type. 1. A panelboard with 24 circuits and 150 amp bus to feed power to the following pilot plant components: F20"2S1350D 13500-9 cmioz ;r , City of Lubbock Pilot Scale WTP Project 20662.33599 a. Raw water module pump b. Raw water module instrumentation c. Rapid mix and flocculation module d. Sedimentation module instrumentation e. Sedimentation module f. Settled water transfer pump module g. Gravity filter module instrumentation h. Gravity filter module i. Filter backwash module equipment j. Chemical feed systems module equipment 2.09 INSTRUMENTATION A. Contractor shall furnish all equipment and accessories required to complete the mounting and installation of all instruments. All instruments noted herein to have 4-20 mA outputs and inputs for control and monitoring capability shall be provided as such to permit for Owner connection. B. Contractor shall submit listing of all instruments to be furnished, complete with the respective technical information and specifications on each unit for review prior to purchase. 2.10 PIPING AND VALVES — PVC A. All piping shall be as specified in Section 15064. Pipe diameter shall be as shown on the Figures or as required if not shown. B. Provide all piping as necessary for a complete pilot plant system as shown in Figures No. IA, 1B, and No. 2 — No. 9, including connections to the pilot plant feed water sources, the plant water system and all ancillary systems. All drain lines shall be piped to the nearest floor drain. Provide fittings, adapters, etc., as necessary for connection to all specified equipment and instrumentation devices. Provide unions for easy disassembly of all pipe assemblies and removal of all pilot plant modules and in -line equipment and instrumentation devices. C. All valves shall be as shown on the Drawings and as specified in Section 15100. Provide all valves necessary for a complete pilot plant system. It shall be assumed that a minimum of 2 valves of each type will be required in addition to those shown in the Design Figures. D. Unions 1. Shall be brass or bronze unions for joining nonferrous pipe; malleable brass or bronze -seated iron or steel unions for joining ferrous pipe; PVC unions for joining PVC pipe; CPVC unions for joining CPVC pipe. F20662S13300 13500-10 6(27ro2 City of Lubbock Pilot Scale WTP Project 20662-335" E. PVC Line Strainers 1. PVC "Y" strainers shall be installed in all metering pump suction piping as shown on the Drawings. The strainer screen shall be made of PVC with 1/32-inch perforations. Strainers shall have connections of either socket, threaded, or flanged ends as required, and shall be ' as supplied by Ryan Herco, Hayward Industrial Products, or equal. F. Appurtenances and Miscellaneous Items 1. All gaskets, glands, bolts, nuts and other required hardware shall be provided for connection of piping and appurtenances. Bolts and nuts shall be high strength, Type 316 stainless steel if submerged or subject to splashing and cadmium plated otherwise, with tee -head and hexagon nut. All other hardware shall be of the size, type and number as required and recommended by the piping or appurtenance manufacturer and as specified herein. 2. All gaskets for flanges shall be full face and suitable for 200°F operating temperature, unless higher temperature required on individual systems and the fluids carried. 3. Plugs, caps and similar accessories shall be of the same material as the pipe and of the locking type, unless otherwise noted. k; 4. Unions shall be of the same material as the pipe, except for dielectric connections. 5. Special protective tape shall be fabric reinforced petroleum tape as manufactured by Denso Inc., Houston, TX or equal. 2.11 HARDWARE A. All hardware, including angles, brackets, plates and channels, used in mounting pilot plant equipment, shelving or backer boards shall be`304 SS. 2.12 SURFACE PREPARATION AND SHOP PAINTING A. All surfaces shall be prepared and shop primed as part of the work of this Section. Surface preparation and shop painting shall be as specified in Section 09901. B. All equipment support panels shall be primed and painted in accordance with Section 09902. PART 3 EXECUTION 3.01 PRELIMINARY DESIGN SUBMITTAL J A. The pilot plant supplier's team, including the project engineer and lead fabrication technician, shall attend a one -day meeting at the Lubbock Water Treatment Plant site to discuss design issues with the Owner and the Engineer. Topics to be considered during the meeting include: final design criteria, equipment options, and layout issues. Following the meeting, the pilot plant team shall submit a design memorandum that documents the results of the workshop. i F206CS I35M 13500-11 627i02 City of Lubbock Pilot Scale WTP Project 20662.335" 3.02 INSTALLATION A. The pilot plant supplier shall complete installation of all equipment in a workmanlike manner. It shall be the responsibility of the pilot plant supplier to handle, store and install the equipment specified in this Section in strict accordance with the manufacturer's.drawings and recommendations. B. Columns for the filtration modules shall be securely mounted to the walls of the existing Chemical Building in the location shown in Figure No. 9. All anchoring fixtures shall be as specified herein. C. Contractor shall be solely responsible for verification of facility and Chemical Building access prior to fabrication and delivery of the pilot plant. All existing access limitations shall be considered in regard to pilot plant fabrication, delivery, and installation. 3.03 INSPECTION AND TESTING A. All pilot plant equipment shall be tested at the fabrication facility prior to shipment. Equipment that does not perform properly shall not be shipped. B. After installation, the equipment shall be field tested to insure that all items of equipment are in compliance with this Section. C. In the event that the equipment fails to meet the above requirements, the necessary changes shall be made and the equipment re -inspected and re -tested. If the equipment remains unable to meet the test requirements to the satisfaction of the Engineer, it shall be removed and replaced with satisfactory equipment at no additional cost to the Owner. 3.04 TRAINING A. A representative who has complete knowledge of proper operation and maintenance of the pilot plant shall provide 40 hours of training for representatives of the Owner and Engineer. The training shall address the proper operation and maintenance of pilot plant equipment. Additionally, the training shall address the development of pilot testing programs and procedures and include topics such as sample collection and data evaluation. The training shall be conducted by an experienced pilot plant engineer (P.E.) with at least 10 years of experience in water treatment process design and pilot plant operation, and shall provide three references for recent training programs. END OF SECTION F20662S13500 13500-12 6/27/02 6b i City of Lubbock Pilot Scale WTP Project 20662.33599 SECTION 01011 SITE CONDITIONS PART 1: GENERAL 1.01 .r SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges that he has satisfied, himself as to the nature and location of the work; the general and local conditions, particularly those bearing upon availability of transportation, r disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river/stream stages, or similar physical conditions at the site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. Any failure by the Contractor to acquaint himself;with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. Neither the Owner nor the Engineer assume responsibility for any conclusion or interpretation made by the Contractor on the basis of the information made available by the Owner or the Engineer. 1.02 RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE E A. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing plans; however, it is expected that there may be some discrepancies and omissions in the locations and r quantities of utilities and structures shown. Those shown are for the convenience of the Contractor € only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. r, k B. Neither the Owner nor his officers or agents shall be responsible to the Contractor for damages as a. result of the Contractor's failure to protect utilities encountered in the work. r C. The Contractor shall at all times provide unobstruFted access to fire hydrants, underground conduit, manholes, and water or gas valve boxes. t- D. Where the Contractor's operations could cause damage which might result in considerable expense, loss, and inconvenience when his operations are adjacent to or near railway, telegraph, telephone, television, power, oil, gas, water, sewer, irrigation, or other systems, no operations shall be commenced until the Contractor has made all arrangements necessary for the protection of these utilities and services. E. The Contractor shall notify all utility offices that are affected by the construction operation at least 15 days in advance of commencing construction operations. The Contractor shall not expose any utility without first obtaining permission from the affected agency. Once permission has been granted, locate and, if necessary, expose and provide temporarysupport for all existing underground utilities in advance of operations. F20662SO1011 01011-1 4/18ro2 City of Lubbock Pilot Scale WTP Project 20662-335" F. The Contractor shall be solely and directly responsible to the Owners and operators of such utility properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims ofany character brought because of any injuries or damage that may result from the construction operations under this Contract. G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, the Contractor shall promptly notify the proper authority and cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any water or utility service be allowed unless prior approval is granted by the owner of the utility. H. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents. I. Where existing utility lines or structures are so located as to physically conflict with permanent structures to be constructed under this Contract, the conflicting utility line or structure shall be permanently relocated. Such relocations shall be considered as required by this CONTRACT. J. The Contractor shall give immediate notice to the Engineer, the Owner and the owner of the utility (where applicable) when a physical conflict is determined to exist. Any delays resulting from the required relocations of the utilities are the ;responsibility of the Contractor. K. Where existing utility lines or structures are so located as to interfere with the Contractor's prosecution of the work, but do not physically conflict with completed manholes or other permanent structures to be constructed under this Contract, any modification, alteration, or relocation of interfering utility, either permanent or temporary, shall be accomplished at the expense of the Contractor. L. The Contractor shall give immediate notice to the Engineer and the Owner of the utility when an interference is determined to exist and shall obtain approval to relocate such utility or to discontinue service therein from the Engineer and the owner of the utility. The owner of the utility shall have the right to do all work required to discontinue, relocate, and replace interfering utilities and charge the Contractor for all costs thereof. When approved by the Engineer and the owner of the utility, all work required to discontinue, relocate, and replace interfering utilities may be done by, or arranged for, by the Contractor. All such discontinuance, relocation, and replacement shall be accomplished in accordance with all requirements of the owner of the utility. M. When notified by the Contractor that an interference or conflict has been determined to exist, the Engineer will determine whether such interference shall be considered as required by construction or as incidental to construction. 1.03 INTERFERING STRUCTURES A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Plans. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and it is presented as a guide to avoid known possible difficulties. I . B. Protect existing structures from damage, whether or not they lie within the right-of-way or the limits of the easements obtained by the Owner. Where existing structures must be removed to properly conduct the work, or are damaged during the work, they shall be restored at the Contractor's own expense to at least their original condition and to the satisfaction of the Engineer. F20662SO 1011 01011-2 4/18/02 City of Lubbock Pilot Scale WTP Project 20662-33599 C. The Contractor may, with the approval of the Engineer and without additional compensation, remove and replace in a condition as good as or better than original, any small interfering structures such as fences and signposts that interfere with the Contractor's operations. 1.04 FIELD RELOCATION A. During the progress of the work, minor relocations of the work may be necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor fails to notify the Engineer when an existing structure is encountered and proceeds with the work despite this interference, he shall be responsible for any damage that may occur. 1.05 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices specified in the Bid Form. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F20662SO 1011 01011-3 4118102 t City or Lubbock Pilot Scale WTP Project 20662.33599 ' + SECTION 01026 MEASUREMENT AND PAYMENT t. PART 1: GENERAL 1.01 GENERAL A. The Total Amount Bid in the Bid Form shall coverall Work required by the Contract Documents. The lump sum price bid shall include all costs in connection with the proper and successful completion of the Work, including but not limited to: furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work. All Work not specifically set forth as to the pay item Bid Form shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the price bid. 1.02 PARTIAL PAYMENT A. Partial payments will be made for materials and equipment stored on site but not installed, in accordance with Paragraph 42 of the General Conditions. The amount paid for stored materials will be for the amount actually paid by Contractor and include any discounts received for early payment. In order to receive approval for partial payment of any materials and equipment stored on site, the Contractor must submit copies of the original invoice with the Application for Payment for all materials and equipment, to be approved for payment. Payment for all stored on site items shall be subject to the retainage described in Paragraph 42 of the General Conditions. 1.03 EXTRA WORK A. Extra work, if any, will be performed in accordance with Paragraph 24 of the General Conditions and will be paid for in accordance with the provisions of Paragraph 24. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F20662SO1026 01026-1 4/19/02 City of Lubbock Pilot Scale WTP Project 20662.33599 SECTION 0 200 PROJECT MEETINGS PART I:GENERAL 1.01 SCOPE OF WORK A. Schedule, attend, and administer as specified, preconstruction conference, periodic progress meetings, and specially called meetings throughout progress of the Work. B. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. Meetings administered by Owner may be tape recorded. If recorded, tapes will be used to prepare minutes and retained by Owner for future reference. D. Meetings, in addition to those specified in this Section, may be held when requested by the Owner, Engineer or Contractor. 1.02 RELATED WORK A. None 1.03 PRECONSTRUCTION CONFERENCE A. A preconstruction conference will be held within ten days after award of Contract and before Work is started. The conference will be scheduled and administered by the Owner and Engineer. B. The Engineer will preside at the conference, prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the conference. 1.04 PROGRESS MEETINGS A. Project coordination meetings will be held periodically (no less than once monthly). Meetings will be scheduled and administered by Owner and Engineer. Additional progress meetings to discuss specific topics will be conducted on an as -needed basis. Such additional meetings shall include, but not be limited to: 1. Installation of equipment. 2. Start-up of pilot plant. 3. Problem Area Resolutions 4. Equipment approval. F20662SO1200 01200-1, 4/1 V02 City of Lubbock Pilot Scale WTP Project 20662-335" B. The Engineer will preside at progress meetings, prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F20662SO1200 01200-2 4/18/02 City or Lubbock Pilot scale WTP Project 20662-335" SECTION 01300 SUBMITTALS j; PART 1: GENERAL 1.01 DESCRIPTION OF REQUIREMENTS !<— A. This Section specifies the general methods and requirements of submissions applicable to the following work -related submittals: Shop Drawings, Product Data, Samples, Mock Ups, Construction Photographs, and Construction or Submittal Schedules. Detailed submittal requirements will be specified in the technical specifications sections.' B. All submittals shall be clearly identified by reference to Specification Section, Paragraph, Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient presentation of data. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES r ° A. Shop Drawings 1. Shop drawings, as specified in individual work Sections include, but are not necessarily limited to, custom -prepared data such as fabrication and erection/installation (working) drawings, scheduled information, setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications, as applicable to the Work. 2. All shop drawings submitted by subcontractors for approval shall be sent directly to the I Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. 3. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. 4. All details on shop drawings submitted for approval shall show clearly the relation of the various parts to the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. B. Product Data 1. Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such -: as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances and applicability, roughing -in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational -range diagrams, production or quality control inspection and test reports and certifications, null reports, product operating and maintenance instructions and recommended spare -parts listing and printed product warranties, as applicable to the Work. F20662SO1300 01300-1 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.33599 C. Samples 1. Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively -used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications B. Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the person who actually reviewed the submittal. "Certification Statement: By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." Shop drawings larger than 8 1/2" x 11 " shall be folded to 8 1 /2" x 11 ". Shop drawings and product data sheets shall be bound together in an orderly fashion and bear the above Certification Statement do the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide to the Construction Manager a copy of each submittal transmittal sheet for shop drawings, product data and samples at the time of submittal of said drawings, product data and samples to the Engineer. C. The Contractor shall follow the submittal numbering requirements provided in Paragraph D-42 of the Special Conditions. In addition, the Contractor shall utilize an 8-character submittal cross-reference identification numbering system in the following manner: 1. The first five digits shall be the applicable Specification Section Number. 2. The next two digits shall be the numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. 3. The last character shall be a letter, A-Z, indicating the resubmission of the same Drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: i 03300-08-B 03300 = Specification Section for Concrete 08 = The eighth initial submittal under this specification section B = The third submission (second resubmission) of that particular shop drawing D. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. F20662SO1300 01300-2 4118102 F77 City of Lubbock Pita Scale WTP Project ,.: 20662-335" E. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. ' All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefor. F. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall -any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or an -site construction accomplished which does not _ conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be y liable for any expense or delay due to correctionsor remedies required to accomplish conformity. G. Project work, materials, fabrication, and installation shall conform with approved shop drawings, -- applicable samples, and product data. 1.04 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Each submittal, appropriately coded, will be returned within 30 calendar days following receipt of submittal by the Engineer. C. Number of submittals required: 1. Shop Drawings as defined in Paragraph 1.02 A: Eight copies for electrical, instrumentation, architectural and HVAC submittals. Seven copies for all other submittals. If Contractor requires more than three copies of Shop Drawings ,returned, Contractor shall submit more than the number of copies listed above. 2. Product Data as defined in Paragraph 1.02 $: Four copies. 3. Samples: Submit the number stated in the respective Specification Sections. D. Submittals shall contain: 1. The date of submission and the dates of any, previous submissions. r' 2. The Project title and number. 3. Contractor identification. 4. The names of: a. Contractor b. Supplier c. Manufacturer F7 S. Identification of the product, with the specification section number, page and paragraph(s). 6. Field dimensions, clearly identified as such., 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. ' 9. Identification by highlighting of deviations from Contract Documents. F20662SO 1300 01300-34/18/02 City of Lubbock Pilot Scale WTP Project 20662.33599 10. Identification by highlighting of revisions on resubmittals. 11. An 8-in X 3-in blank space for Contractor and Engineer stamps. 1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES A. The review of shop drawings, data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed as: 1. permitting any departure from the Contract requirements; 2. relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; and/or 3. approving departures from details furnished by the Engineer, except as otherwise provided herein. B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. C. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for performance, the Engineer may return the reviewed drawings without noting an exception. D. Submittals will be returned to the Contractor under one of the following codes. Code 1 C "APPROVED" is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment and/or material for manufacture. Code 2 C "APPROVED AS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. Code 3 C "APPROVED AS NOTED/CONFERM". This combination of codes is assigned when a confirmation of the notations and comments IS required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation. Code 4 C "APPROVED AS NOTEDIRESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This resubmittal is to address all comments, omissions and non -conforming items that were noted. Resubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. Code 5 C "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubnut using a different manufacturer/vendor to meet the Contract Documents. F20662SO1300 01300-4 4/18/02 i i City or Lubbock Pilot Scale WTP Project k 20662.33599 Code 6 C "COMMENTS ATTACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested . by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the �- Engineer. F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals deemed by the Engineer to be not complete will be returned to the Contractor, f and will be considered "Not Approved" until resubmitted. The Engineer may at his/her option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture. H. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall cant' out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.06 DISTRIBUTION _ A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer but shall not exceed the number specified in Paragraph 1.04C. 1.07 MOCK UPS A. Mock Up units as specified in individual Sections,' include, but are not necessarily limited to, complete units of the standard of acceptance for that type of work to be used on the Project. Remove at the completion of the Work or when directed. 1.08 CONSTRUCTION PHOTOGRAPHS jE A. The Contractor shall take photographs of the project area prior to construction, monthly during fabrication and construction of the project and after completion of the project. Photographs shall be taken with a quality 35mm or better quality date back camera, with lenses ranging from wide angle to 135mm. Photographs shall be taken at location designated by the Engineer. B. Two glossy color 3" x 5" prints and the negative shall be provided for each photograph taken. Each —. print shall be marked on the reverse side to indicate project name, date and time, location, direction of exposure, and a description of what is being photographed. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not produced from exposures, additional photographs shall be taken immediately. f : C. The Contractor shall provide fifteen (15) photographs of the installation area. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, fifteen (15) monthly photographs shall be taken to accurately record the work that has progressed f during that period. Photographs are to be submitted with the monthly Partial Pay Request in plastic binders. F20662SO1300 01300-5 4119102 �r City of Lubbock Pilot Scale WTP Project 20M2-33599 1.09 GENERAL PROCEDURES FOR SUBMITTALS A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of 1 performing the related work or other applicable activities, or within the time specified in the individual ~' work sections, of the Specifications, so that the installation will not be delayed by processing times including disapproval and resubmittal (if required), coordination with other submittals, testing, purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractors failure to transmit submittals sufficiently in advance of the Work. 3 1.10 REPETITIVE REVIEW A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's expense, based on the Engineer's then prevailing rates. The Contractor shall reimburse the Owner within 30 Calendar Days for all such fees invoiced to the Owner by the Engineer. B. The need for more than one resubmission or any other delay in obtaining Engineer's review of submittals, will not entitle the Contractor to an extension of Contract Time. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F20662SO1300 01300-6 4n8i02 City of Lubbock Pilot Scale WTP Project 20662-335" SECTION 01600 DELIVERY, STORAGE AND HANDLING PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section specifies the general requirements for the delivery, handling, storage and protection for all items required in the construction of the work. Specific requirements, if any, are specified with the related item. 1.02 TRANSPORTATION AND DELIVERY A. Transport and handle items in accordance with manufacturer's instructions. B. Schedule delivery to reduce long term on -site storage prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer. C. Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable, easily damaged or sensitive to deterioration. D. Deliver products to the site in manufacturer's original sealed containers or other packing systems, complete with instructions for handling, storing, unpacking, protecting and installing. E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper the Contractor's normal construction operation or those of subcontractors and other contractors and will not interfere with the flow of necessary traffic. F. Provide necessary equipment and personnel to unload all items delivered to the site. G. Promptly inspect shipment to assure that products comply with requirements, quantities are correct, and items are undamaged. For items furnished by others (i.e., Owner, other Contractors), perform inspection in the presence of the Engineer. Notify Engineer verbally, and in writing, of any problems. 1.03 STORAGE AND PROTECTION A. Store and protect products in accordance with the, manufacturer's instructions, with seals and labels intact and legible. Storage instruction shall be studied by the Contractor and reviewed with the Engineer by him/her. Instruction shall be carefully followed and a written record of this kept by the Contractor. Arrange storage to permit access for inspection. B. All mechanical and electrical equipment and instruments subject to corrosive damage by the atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight building. F20662SO1600 01600-14/18/02 City of Lubbock Pilot Scale WTP Project 20662-33599 PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION r- - City of Lubbock Pilot Scale WTP Project �- 20662.33599 SECTION 01610 MATERIAL AND EQUIPMENT f PART 1: GENERAL 1.01 ACCEPTANCE OF MATERIALS AND EQUIPMENT A. Only new materials and equipment shall be incorporated in the Work, except for Owner furnished equipment and materials listed on the Drawings. Materials and equipment furnished by the Contractor -; shall be subject to the inspection and approval of the Owner. No material shall be delivered to the i Work without prior approval of the Owner. €— B. Material and equipment incorporated into the Work shall: r � 1. Be new or listed in the Contract Documents as Owner furnished, in current production, and conforming to applicable specifications and standards. 2. Comply with size, make, type and quality specifled, or as specifically approved in writing by the - Engineer. " C. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. D. Two or more items of the same kind shall be identical, by the same manufacturer. E. t Products and equipment shall be suitable for service conditions. F. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. G. Do not use material or equipment for any purpose other than that for which it is designed or is specified. H. The materials and equipment used on the Work shall correspond to the approved samples or other submitted data. ' 1.02 TRANSPORTATION AND HANDLING A. Arrange deliveries of products and equipment in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. B. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with f identifying labels intact and legible. C. Pipe and other materials delivered to the job shall be unloaded and placed in a manner which will not hamper the normal operation of the existing plant'or interfere with the flow of necessary traffic. D. Immediately on delivery, inspect shipments to assure compliance with requirements of Contract _ ( Documents and approved submittals, and that products are properly protected and undamaged. F20662SO 1610 01610-1 4/18/02 city or Lubbock Pilot Scale wTP Project 20662.335" 1.03 INSPECTION AND TESTING FOR ACCEPTANCE A. Furnish all materials or specimens for testing and all labor and facilities for inspection of equipment and materials. B. Furnish suitable evidence that the materials proposed to be incorporated into the Work are in accordance with the Specifications. Manufacturer's or supplier's test results will be acceptable for such items as pipe, valves, hydrants when it is definite that the material being furnished is in accordance with the manufacturer's or supplier's specifications to which the test results apply. Should the Contractor fail to provide the above information, the Owner shall have the right to require tests to be made by the Owner's laboratory to obtain the information and the cost therefor shall be bome by the Contractor. The Owner may have further inspection and tests made by the laboratory or may make tests himself, to ensure that the Contractor is complying with the Specifications. C. Details for testing equipment and materials are found in the individual Sections of these Specifications. D. Delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of a claim against the Owner or Engineer. 1.04 STORAGE AND PROTECTION OF EQUIPMENT AND MATERIALS ON SITE A. Materials and equipment to be incorporated in the Work shall be handled and stored by the manufacturer, fabricator, supplier and Contractor before, during, and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. B. Store materials in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. C. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored materials and equipment to assure that they are maintained under specified conditions, and free from damage or deterioration. D. Off -Site Storage: 1. Contractor may store materials and equipment off -site with Owner's approval. E. Rejection of Materials and Equipment: 1. Materials and equipment which, in the opinion of the Owner, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the Work. The Contractor shall receive no compensation for the damaged material or its removal. 2. Damaged material and equipment shall be replaced at the Contractor's expense. F20662SO1610 01610-2 4118/02 City or Lubbock Pilot Scale WrP Project 20662-33599 i 1.05 INSTALLATION STANDARDS f A. Handle, store and install equipment in accordance with the manufacturer's drawings and recommendations. B. When Contract Documents require that installation, of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation. Maintain one set of complete instructions at the job site during installation and until completion. Lj C. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions _ and in conformity with specified requirements. Igo not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Owner for further instructions. 2. Do not proceed with work without clear instructions. 1.06 SUBSTITUTIONS AND PRODUCT OPTIONS A. Substitution of Equipment: 1. The Contractor shall note that the Engineer's design is based upon the first listed manufacturer for items of equipment, though not necessarily the manufacturer's "standard" product. 2. If the Contractor chooses other manufacturer's equipment he shall be responsible for the total cost, including engineering design, of modifications, alterations, adjustment, and coordination necessary to make the proposed equipment compatible with the treatment process and with the specified equipment, structures, spaces, and other features of the original design. B. Products List: 1. Within 30 days after Contract Date, submit to.Owner a complete list of majorproducts proposed to be used, with the name of the manufacturer and the installing subcontractor as applicable. C. Substitutions: 1. For a period of 90 days after Contract Date, Engineer will consider written requests from Contractor for substitution of products. After that time period, no substitutions will be allowed and listed manufacturers shall be provided. 2. Submit a separate request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with that specified. b. Changes required in other elements of the Work because of the substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. F20662SO1610 01610-3 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.33599 e. Any required license fees or royalties. f. Availability of maintenance service, and source of replacement materials. 3. Engineer shall be the judge of the acceptability of the proposed substitution. D. Contractor's Representation: 1. A request for a substitution constitutes a representation that Contractor: a. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. b. Will provide the same warranties or bonds for the substitution as for the product specified. c. Will coordinate the installation of an accepted substitution into the Work, and make such other changes as may be required to make the Work complete in all respects. d. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. E. Engineer will review requests for substitutions with reasonable promptness, and notify Contractor, in writing, of the decision to accept or reject the requested substitution. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F20662SO1610 01610-4 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.335" SECTION 01700 CONTRACT CLOSEOUT PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section outlines the procedure to be followed in closing out the Contract. 1.02 SUBSTANTIAL COMPLETION A. The substantial completion date shall be established as stated in the Agreement. 1.03 FINAL CLEANING — A. At the completion of work and immediately prior to final inspection, cleaning of the entire project shall be accomplished according to the following provisions: 1. The Contractor shall thoroughly clean, sweep, wash, and polish all work and equipment provided under the Contract, including finishes. The cleaning shall leave the structures and site in a complete and finished condition to the satisfaction of the Engineer. a 2. All Subcontractors shall similarly perform, at the same time, an equivalent thorough cleaning of all work and equipment provided under their; contracts. 3. The Contractor shall remove all temporary structures and all debris, including all dirt, sand, - - gravel, rubbish and waste material 4. Should the Contractor not remove rubbish or debris, or not clean the buildings and site as specified above, the Owner reserves the right to have the cleaning done at the expense of the Contractor B. Use only cleaning materials recommended by manufacturer of surface to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. D. In preparation for substantial completion or occupancy, conduct final inspection of sight -exposed interior and exterior surfaces, and of concealed spaces. E. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight -exposed interior and exterior finished surfaces. Polish surfaces so designated to shine finish. F. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. G. Vacuum clean all interior spaces, including inside cabinets. Broom clean paved surfaces. H. Handle materials in a controlled manner with as few handlings as possible. Do not drop or throw materials from heights. F20662SO1700 01700-1 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.33599 I. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will - not fall on wet, newly -painted surfaces. 1.04 FINAL INSPECTION A. After final cleaning and restoration and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and the Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy deficiencies and complete the work to the satisfaction of the Engineer. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the, Owner and the Contractor, will make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. 1.05 FINAL SUBMITTALS A. No application for final payment will be accepted until all submittals have been made and approved by the Engineer, including, but not limited to the following: 1. Final shop drawings. 2. Project Record Documents 3. All Operation and Maintenance Manuals. 4. Certificate that all outstanding debts are paid and that there are no liens on the project. 1.06 ACCESSORY ITEMS A. The Contractor shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, the specified spare parts, adequate oil and grease as required for the first lubrication of the equipment, light bulbs, fuses, handwheels, and other expendable items as required for initial start-up and operation of all equipment. B. The Owner shall provide all process chemicals used in the operation of the plant for purposes of starting up equipment. 1.07 GUARANTEES, BONDS, AND AFFIDAVITS A. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Engineer. F20662SO1700 U 1700-2 4/18/02 City of Lubbock Pilot Scale WTP Project 20662-33399 1.08 RELEASE OF LIENS OR CLAIMS A. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.09 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the Agreement and General Conditions. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F20662SO 1700 01700-3 4/18/02 City or Lubbock Pilot Scale WTP Projcct 20662.335" SECTION 01740 WARRANTIES AND BONDS PART l: GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds, in accordance with the Agreement and General Conditions. B. Co -execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D. Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders: Bid Bonds. B. Conditions of the Contract: Performance Bond and Payment Bond. C. Agreement. D. Section 01700: Contract Closeout. 1.03 SUBMITTAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. F20662SO 1740 01740-1 4J18/02 City of Lubbock Pilot Scale WTP Project 20662-33399 7. Contractor, name of responsible principal, address and telephone number. 1.04 FORMS OF SUBMITTALS A. Prepare in duplicate packets. B. Format: 1. Size 8 1/2 inches x 11 inches, punch sheets for standard 3-post binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three -post binder, with durable and cleanable plastic covers and maximum post width of 2 inches. 1.05 WARRANTY SUBMITTAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for one (1) year, unless otherwise specified, commencing at the time of final acceptance by the Owner. B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions 13 and 15 and which has a 1 HP motor or which lists for more than $1,000. The Engineer reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required. C. For certain pieces of equipment, the Owner may require a warranty of more than one year. The requirement for a warranty of more than one year shall be specified in individual sections of the Specifications. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F20662SO 1740 01740-2 4n 8/02 ,I City or Lubbock Pilot Scale VrP Project 20662.33599 SECTION 09901 SURFACE PREPARATION AND'SHOP PRIME PAINTING PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required for the surface preparation and application of shop primers on ferrous metals, excluding stainless steel and galvanized steel, as specified herein and as shown on the Drawings. 1.02 RELATED WORK A. Finish painting is included in Section 09902. 1.03 SUBMITTALS A. Submit to the Engineer for review in accordance with Section 01300 complete shop drawings, manufacturer's specifications, and data on the proposed primers and detailed surface preparation, application procedures, and dry mil thickness. 1.04 REFERENCE SPECIFICATIONS A. Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 - Solvent Cleaning 2. SSPC-SP-6 - Commercial Blast Cleaning 3. SSPC-SP-7 - Brush Blast 4. SSPC-SP-10 -Near-White Metal Blast Cleaning PART 2: PRODUCTS 2.01 MATERIALS A. Ferrous Metals submerged or subject to splashing: 1. Tnemec 1 Coat: 69-BJ45 Gray Epoxy Primer (4.0 - 60 DFT) or 1 Coat: 140-1255 PotaPox Plus (6-8 DFT per coat) for potable water 2. Carboline 1 Coat: Carboguard 890 (3.5 - 4.5 DFT) F20662s09901 09901-1 4/18102 City of Lubbock Pilot Scale WTP Project 20662-33599 3. ICI Paints 1 Coat: Intergard 750HS or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3.5 - 4.5 DFT) 4. Sherwin-Williams 1 Coat: Hi — Solids Catalyzed Epoxy (5.0 — 6.0 DFT)) 5. PPG Industries 1 Coat: DTR 97-148 Series (5 - 7 DFT) B. Structural Steel, Loose Steel Lintels and Other Ferrous Metals (i.e., Mechanical Equipment, Piping etc.): 1. Tnemec 1 Coat: 66-BJ45 Gray Epoxy Primer (4.0 - 6.0 DFT) 2. Carboline 1 Coat: 890 (3.5 - 4.5 DFT) 3. ICI Paints 1 Coat: Intergard 750HS (3.5 - 4.5 DFT) or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3.5 - 4.5 DFT) 4 Sherwin-Williams 1 Coat: Recoatable Epoxy Primer (3.5 - 4.5 DFT) 5. PPG Industries 1 Coat:DTR 97-148 Series (5 - 7 DFT) C. Nonprimed Surfaces: 1. Gears, bearings surfaces, and other similar surfaces that are not to be painted shall be given a heavy shop coat of grease or other suitable rust -resistant coating. This coating shall be maintained as necessary to prevent corrosion during all periods of storage and erection and shall be satisfactory to the Engineer up,to the time of the final acceptance test. J D. Compatibility of Coating Systems: 1. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with their corresponding primers and finish coats specified in Section 09902 for use in the field and which are recommended for use together. E. Masonry: See Section 09902. F. Plastic pipe: See Section 09902. G. Metal surfaces above 250°F: See Section 09902. F20662s09901 09901-2 4/1 Rro2 (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (9) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: ''. REQUIRED WORKERS'COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation Insurance. This Includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive Information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;' and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project,, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (III) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverageagreements will be filed with the appropriate Insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor; prior to the end of the coverage period, a new certificate } of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other, person with whom it contracts, and provide to the j. Contractor. Ia (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (vial) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)gvlii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the Indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall fumish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work fumished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the 12 Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required In the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGE It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, j 3 then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractors total compensation, the sum of $100.00 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set k forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. t. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult; and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 13 It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions 'of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived.- 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 14 I- - F j 39. PROTECTION OE ADMISING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way ` encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without f limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising i from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be w retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a, waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered .hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, .. 15 If the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall Issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of. (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and 16 constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and In with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or I. otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. in case of any increase in cost to the Owner under the new; contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be Issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement' within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the R Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, 17 and the Contractor and/or his Surety, If applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and, his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, manmade or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or 18 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. m The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in _ the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and -- provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are () trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. _ city or Lubbock Pilot Scale WTP Project 20662-33599 H. Repair of cut edges and damage to galvanized steel: 1. Tnemec 1 Coat: 90-97 Tnemec Zinc (2.5 - 3 DFT) 2. Carboline 1 Coat: Galvanox (2.5 - 3 DFT) 3. ICI Paints 1 Coat: Interzinc 308 (2.5 - 3 DFT) or 1 Coat: Glid-Guard Organic Zinc Rich Coating 5513 (2.5 - 3 DFT) 4. Sherwin-Williams 1 Coat: Zinc Clad 4 (2.5 - 3 DFT) 5. PPG Industries 1 Coat: 97-670 (2.5 - 3 DFT) J. Primers containing lead will not be allowed. PART 3 EXECUTION 3.01 APPLICATION A. Surface Preparation and Priming: 1. Nonsubmerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC-SP-6 "Commercial" immediately prior to priming. Submerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC-SP-10 "Near White," immediately prior to priming. 2. Surfaces shall be dry and free of dust, oil, grease, dirt, rust, loose mill scale, and other foreign material before priming. 3. Shop prime in accordance with approved paint manufacturer's recommendations. 4. Surface preparation for field painting unprimed surfaces or for touch up shall be the same. 5. Plastic pipe surfaces shall be lightly sanded before painting. } 6. Wood surfaces shall be dry and sanded to a smooth surface. E 7. Bituminous -coated pipe shall not be used in exposed locations. Pipe to be exposed in the finished work shall be primed in accordance with the requirements herein. Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean :? before priming and painting. _ 8. All primed or previously painted surfaces and nonferrous surfaces shall be cleaned prior to application of successive coats. All nonferrous metals shall be cleaned in accordance with SSPC-SP-I. Test galvanized steel for treatment or any passivation and handle as required. - F20662so9901 09901-3; 4n8/02 City of Lubbock Pilot Scale WTP Project 20662-33S" 9. Shop -coated surfaces shall be protected from damage and corrosion before and after installation. Damaged areas shall be repaired immediately upon detection. Abraded or corroded spots shall be cleaned and touched up with the same materials as the shop coat. All shop coated surfaces which are determined to be faded or discolored or which require more than minor touch-up, shall receive new surface preparation and be repainted. Cut edges of galvanized steel and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves shall be solvent cleaned in accordance with SSPC-SP-1 and primed. 10. Galvanized steel and stainless steel surfaces shall be cleaned in accordance with SSPC-SP-7. Such surfaces designated not to be painted shall be cleaned to this standard. 11. Aluminum embedded or in contact with concrete shall be painted with one coat of epoxy as scheduled in Section 09902. 12. Surface temperature and all other application conditions shall be in accordance with approved primer manufacturer's recommendations. Enclosures and auxiliary heat shall be utilized as necessary to achieve compliance. 3.02 FABRICATED AND MANUFACTURED EQUIPMENT A. Unless otherwise indicated, all fabricated and manufactured equipment shall be shop primed. Initial finish coats may be shop or site applied. All further coats shall be site -applied. In all cases, final coat shall be site -applied. B. Wherever equipment is required to be sandblasted, Contractor shall protect all motors, drives, bearings, gears, nameplates, and any other parts not required to be painted, from sandblasting and from the entry of grit. Any equipment found to contain grit shall be disassembled, cleaned and reassembled. END OF SECTION F20662s09901 09901-4 4/18102 city or Lubbock Pilot Scale WTP Projcct 20662.33599 SECTION 09902 r-, ,. FINISH PAINTING PART 1: GENERAL 1.01 SCOPE OF WORK A. The work of this section consists of furnishing all'materials, labor, equipment, and incidentals required and performing all the painting necessary to complete fabrication of the Pilot Plant Modules. All painting shall performed prior to delivery of Pilot Plant Modules. Contractor shall be responsible for touch-up of modules, equipment, piping etc. as required and as applicable following installation to repair damage to previously applied surface coatings. -7 B. It is the intent of these Specifications to paint exposed miscellaneous metal, pipe, fittings, supports, valves, equipment, and all other work obviously required to be painted unless otherwise 77 specified. C. All pipes which are to be painted or marked shall conform to the pipe color code in this Section as applicable. Colors shall be selected by Owner. Surface preparation shall conform to Section 09901. D. The following surfaces or items are not required to be painted: 1. Aluminum to be embedded in or in contact with concrete or masonry shall be coated to prevent electrolysis. 2. Stainless steel. 3. Concealed surfaces of pipe. 4. Finish hardware, except door closers that are not finished. 5. Fiberglass other than piping. 6. Packing glands and other adjustable parts, and nameplates and data plates of mechanical equipment. 7. PVC Piping 1.02 RELATED WORK ,s A. Surface Preparation and Shop Prime Painting are included in Section 09901. 1.03 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) B. American Society for Testing and Materials (ASTM) j, ; F20662s09902 09902-1 4/18/02 City of Lubbock Pitt Seak WTP Project 20662.33599 1. ASTM C 150 - Specification for Portland Cement 2. ASTM D4258 - Practice for Surface Cleaning Concrete for Coating C. National Sanitation Foundation (NSF) 1. Standard 61 D. Occupational Safety and Health Act (OSHA) 1. Air Pollution Control Rules 2. Color Coding E. Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 - Surface Preparation Specification - Solvent Cleaning 2. SSPC-SP-2 - Surface Preparation Specification - Hand Tool Cleaning 3. SSPC-SP-3 - Surface Preparation Specification - Power Tool Cleaning 4. SSPC-SP-6 - Commercial Blast Cleaning 5. SSPC-SP-10 -Near White Metal Blast Cleaning 1.04 SUBMITTALS A. Submit to the Engineer for review in accordance with Section 01300 shop drawings, working drawings, and product data including manufacturer's specifications and data on the proposed paint systems and detailed surface preparation, application procedures and dry film thickness. Certify that the systems submitted meet all applicable volatile organic carbon regulations. Equivalent systems are to be submitted at no additional costs to meet any new regulations. B. Submit to the Engineer and Owner for review in accordance with Section 01300 color cards, including standard and special colors, for initial color selections of Pilot Plant Modules. 1.05 SPARE MATERIAL A. Furnish one unopened gallon can of each type and each color of paint used. PART 2: PRODUCTS 2.01 MATERIALS A. All painting materials shall be fully equal to those manufactured by the Tnemec Company Inc., Carboline Company, ICI Paints, Sherwin-Williams Company, Ameron Paint Company, and PPG Industries. The painting schedule has been prepared on the basis of Tnemec, Carboline, ICI Paints, Sherwin-Williams, Ameron, and PPG Industries products and recommendations for applications. No brand other than those named will be considered for approval unless the brand F20662so9%2 09902-2 4n 9/02 City of Lubbock Pilot Scale W TP Project _ 20662.33599 and type of paint proposed for each item in the following schedule together with sufficient data substantiated by certified tests conducted at no expense to the Owner, to demonstrate its equality to the paint(s) named, is submitted in writing to the Engineer for approval within 30 days after the signing of the Notice to Proceed. The type and number of tests performed shall be subject to the Engineer's approval. Color availability to match those colon specified will also be considered as -` an important property for equality. B. All painting materials shall be delivered to the Contractor's mixing room in unbroken containers, bearing the manufacturer's brand, date of manufacture and name. They shall be used without adulteration and mixed, thinned, and applied in strict accordance with manufacturer's directions for the applicable materials and surface and with the Engineer's approval before using. C. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with the finish paints to be used. Refer to Section 09901 for special primers. D. No paint containing lead will be allowed. Oil shall be pure boiled linseed oil. E. Work areas will be designated by the Engineer or Owner for storage and mixing of all painting s materials which are brought on site for touch-up purposes. Materials shall be in full compliance with the requirements of pertinent codes and fire regulations. Proper containers outside of the -- buildings shall be provided and used for painting wastes, and no plumbing fixture shall be used for this purpose. F. All recommendations of the paint manufacturer in regard to the health and safety of workmen shall be followed. 2.02 PAINTING SYSTEMS A. All colors will be selected by the Owner from color charts submitted by the Contractor. B. The following surfaces shall have the types of paint scheduled below applied at the dry film thickness (DFT) in mils per coat noted. Some colors will require an additional coat from what is listed to get the proper color coverage. 1. Ferrous metals submerged or subject to splashing: a. Tnemec 2 Coats: 69-Color Hi -Build Epoxohne 11(a) (6 - 8 DFT per coat) or 2 Coats: 140-Color Pota-Pox Plus (6-8 DFT per coat) for potable water b. Carboline 2 Coats: 890 (6 DFT per coat) c. ICI Paints 2 Coats: Intergard 760HS (7 DFT per coat) or 2 Coats: Glid-Guard HS Epoxy 5430 Series (4 - 6 DFT per coat) F20662s09%2 09902-3 4/1s/02 City of Lubbock Pilot Scale WTP Project 20662-33599 d. Sherwin-Williams - 2 Coats: Epoxide HS (4-6 DFT per coat) e. Ameron 2 Coats: Amercoat 385 (7 DFT per coat) _i f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series 2. Exterior nonsubmerged ferrous metals: -- a. Tnemec 1 Coat: 69-Color Hi -Build Epoxoline 11(4 - 6 DFT) 1 Coat: 75-Color Endura-Shield (3 - 5 DFT) b. Carboline J 1 Coat: 890 (4 DFT) 1 Coat: 133HB (3 - 4 DFT) c. ICI Paints J 1 Coat: Intergard 750HS (5 DFT) 1 Coat: Interthane 990HS or Interthane 870HS (2 DFT) j or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy 5466/5469 (4 - 6 DFT) 1 Coat: Glid-Guard High Solids Urethane 5410 Series (2 - 5 DFT) j d. Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series (5 DFT) 1 Coat: Hi Solids Polyurethane, B65 Series (2.5 DFT) `1 e. Ameron 1 Coat: Amercoat 385 (4 DFT) "-`- 1 Coat: Amercoat 450 HS (2.5 DFT) f. PPG Industries 1 Coat: Direct To Rust 97-114/149 series 1 Coat: High Build Pitthane7 97-840/UC55575 3. Interior nonsubmerged ferrous metals: a Tnemec 2 Coats: 69-Color Hi -Build Epoxoline 11(4 - 6 DFT per coat) J b. Carboline 2 Coats: 890 (4 - 6 DFT per coat) c. ICI Paints -j 1 Coat: Intergard 750HS (5 DFT) 1 Coat: Intergard 760HS (5 DFT)' or F20662s09902 09902-4 4/18/02 City of Lubbock Pilot scale WTP Project 20662-33599 2 Coats: Glid-Guard Corrosion Resistant HS Epoxy 5466/5469 (4 - 6 DFT per coat) d. Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series (4 - 6 mils) 1 Coat: Sher -Tile Hi -Solids Epoxy, B67 Series (4 DFT) e. Ameron 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series 4. Aluminum in contact with dissimilar materials: a. Tnemec 2 Coats: 66-Color Hi -Build Epoxoline (2 DFT per coat) b. Carboline 2 Coats: 890 (3 DFT per coat) c. ICI Paints 2 Coats: Intergard 750HS (5 DFT per coat) or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5465/5469 (3 DFT) 1 Coat: Glid-Guard HS Epoxy 5430 Series (4 DFT) d. Sherwin-Williams 2 Coats: Macro poxy HS (3 - 6 DFT per' coat) e. Ameron 2 Coats: Amercoat 385 (5 DFT per coat)' f. PPG Industries 2 Coats: Direct to Rust 97-144/149 C. Any surfaces not specifically named in the Schedule and not specifically excepted shall be prepared, primed and painted in the manner and with materials consistent with these Specifications. The Engineer shall select which of the manufacturer's products, whether the type is indicated herein or not, shall be used for such unnamed surfaces. No extra payment shall be made for this painting. 2.04 LETTERING OF TITLES A. Each pipe system shall be labeled with the name of the materials in each pipeline and alongside this an arrow indicating the direction of flow of liquids. Titles shall be ,as so described in attached schedule. Titles shall not be located more than twenty (20) linear-ft apart and shall also appear directly adjacent to each side of any wall the pipeline breaches, adjacent to each side of the valve regulator, flowcheck, strainer cleanout, and all pieces of equipment. F20662s09902 09902-5 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.335" B. Titles shall identify the contents by complete name. Identification title locations shall be determined by the Engineer but in general 'they shall be placed where the view is unobstructed and on the two lower quarters of pipe or covering where they are overhead. Title should be clearly visible from operating positions especially those adjacent to control valves. C. Titles on equipment shall be applied at eye level on machines where possible or at the upper most broad vertical surface of low equipment. Where more than one piece of the equipment item to be titled exists, the items shall be numbered consecutively as indicated on the mechanical drawings or as directed by the Engineer; for example Pump No. 1, Pump No. 2, etc. Titles shall be composed and justified on the left hand side as follows: Pump No. 1 D. Application of titles 1. The color of the titles shall be black or white, as approved, to best contrast with the color of the pipes and equipment and shall be stencil applied. 2. Stencil text is to be in ALL CAPS worded exactly as shown in the Schedule. Titles are to be printed in a single line. 3. Letter sizes Outside Diameter of Pipe or Covering Size of Legend Letters (in) (in) 0.75 to 1.25 0.50 1.5 to 2.0 0.75 2.5 to 6.0 1.25 Equipment titles are to be 2-in high. 4. Arrow sizes. Where "a" is equal to 0.75 of outside diameter of pipe or covering, the arrow shaft shall be 2 "a" long by 0.375 "a" wide. The arrow head shall be an equilateral triangle with sides equal to "a." Maximum "a" dimension shall be 6-in. 5. When using direction arrows, point arrowhead away from pipe markers and in direction of flow. If flow can be in both directions, use a double -headed directional flow. 2.05 METAL TAGS A. For pipelines smaller than 0.75-in in diameter, securely fasten metal tags, 2.5-in by 0.5-in, of Birmingham or Stubs 17 gauge brass with lettering etched and filled with enamel. Tags shall be approved by the Engineer. 2.06 FABRICATED EQUIPMENT A. Unless otherwise indicated all fabricated materials and equipment shall be shop primed and shop finished in accordance with 09901 and this Section. F20662so9902 09902-6 4118102 J City of Lubbock Pilot Scale WTP Project 20662-33399 B. All items to be shop primed and finished shall be thoroughly cleaned of all loose material prior to priming. If, in the opinion of the Engineer, any coatings have been improperly applied or i f material contrary to these Specifications shall have been used, Contractor shall be responsible for ` providing equipment and materials with specified coatings at no additional cost to the Owner. C. All shop applied coats shall be of the correct materials and applied in accordance with these Specifications. Contractor shall provide details regarding coating systems shop applied to fabricated equipment and materials. D. Be responsible for and take whatever steps are necessary to properly protect the shop applied prime and finish coats against damage from weather or any other cause. E. A shop finish coat shall be equal in appearance and protection quality to a field applied finish coat. If, in the opinion of the Engineer, a shop finish coat does not give the appearance and protection quality of other work of similar nature, prepare the surfaces and apply the coat or coats of paint as directed by the Engineer to accomplish the desired appearance and protection quality. Submit to the Engineer substantial evidence that the standard finish is compatible with the specified finish coat. F. Wherever fabricated equipment is required to be sandblasted, protect all motors, drives, bearings, gears, etc., from the entry of grit. Any equipment found to contain grit shall be promptly and thoroughly cleaned. PART 3: EXECUTION 3.01 PREPARATION OF SURFACES A. All surfaces to be painted shall be prepared as specified herein or in Section 09901 and shall be dry and clean before painting. B. All metal welds, blisters, etc., shall be ground and: sanded smooth in accordance with SSPC-SP-10. All pits and dents shall be filled and all imperfections shall be corrected so as to provide a smooth surface for painting. All rust, loose scale, oil, grease, and dirt shall be removed by use of approved solvents, wire brushing, or sanding. C. Wood surfaces shall be dry. Sand to obtain a smooth surface. All encrustations shall be removed. D. Primed or Previously Painted Surfaces and Nonferrous Surfaces: All coated surfaces shall be cleaned prior to application of successive coats. All nonferrous metals not to be coated shall be cleaned. This cleaning shall be done in accordance with SSPC-SP-1, Solvent Cleaning. E. Shop -Finished Surfaces: All shop -coated surfaces shall be protected from damage and corrosion -; before and after installation by treating damaged areas immediately upon detection. Abraded or corroded spots on shop -coated surfaces shall be "Land Cleaned" and then touched up with the same materials as the shop coat. All shop coated surfaces which are faded, discolored, or which require more than minor touch-up in the opinion of the Engineer shall receive new surface preparation before being repainted. Cut edges of galvanized sheets and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves, that are not to be finished painted, shall be "Solvent Cleaned" and primed with zinc dust -zinc oxide metal primer. F20662s09902 09902-7 4118/02 city or Lubbock Pilot Scak WTP Project 20662-335" F. Aluminum embedded or in contact with concrete must be painted according to the schedule for aluminum in contact with dissimilar materials. 3.02 WORKMANSHIP A. General 1. Primer (spot) and paint used for a particular surface shall, in general, be as scheduled for that type of new surface. Confirm with the paint manufacturer that the paint proposed for a particular repaint condition will be compatible with the existing painted surface. Sample repainted areas on the actual site will be required to insure this compatibility. Finished repainted areas shall be covered by the same guarantee specified for remainder of work. 2. At the request of the Engineer, samples of the finished work prepared in strict accordance with these Specifications shall be furnished and all painting shall be equal in quality to the approved samples. Finished areas shall be adequate for the purpose of determining the quality of workmanship. Experimentation with color tints shall be furnished to the satisfaction of the Engineer where standard chart colors are not satisfactory. 3. On -Site Painting — If on -site painting is required then protection of furniture and other movable objects, equipment, fittings and accessories shall be provided throughout the painting operations. Canopies of lighting fixtures shall be loosened and removed from contact with surface, covered and protected and reset upon completion. Remove all electric plates, surface hardware, etc., before painting, protect and replace when completed. Mask all machinery name plates and all machined parts not receiving a paint finish. Dripped or spattered paint shall be promptly removed. Lay drop cloths in all areas where painting is being done to adequately protect flooring and other work from all damage during the operation and until the finished job is accepted. 4. On metal surfaces apply each coat of paint at the rate specified by the manufacturer to achieve the minimum dry mil thickness required. If material has thickened or must be diluted for application by spray gun, the coating shall be built up to the same film thickness achieved with undiluted material. One gallon of paint as originally furnished by the manufacturer shall not cover a greater area when applied by spray gun than when applied unthinned by brush. Deficiencies in film thickness shall be corrected by the application of an additional coat(s). On masonry, application rates will vary according to surface texture, however, in no case shall the manufacturer's stated coverage rate be exceeded. On porous surfaces, it shall be the painter's responsibility to achieve a protective and decorative finish either by decreasing the coverage rate or by applying additional coats of paint. 5. Paints shall be mixed in proper containers of adequate capacity. All paints shall be thoroughly stirred before use and shall be kept stirred while using. No unauthorized thinners or other materials shall be added to any paint. 6. Only skilled painters shall be used on the work and specialists shall be employed where required. F20662s09902 09902-8 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.33599 B. Field Priming 1. Steel members, metal castings, mechanical and electrical equipment, and other metals that are shop primed before delivery at the site will not require a prime coat on the job. 2. Equipment which is customarily shipped with;a baked -on enamel finish or with a standard factory finish shall not be field painted unless the prefinished equipment is specifically color selected and unless the finish has not been damaged in transit or during installation. Surfaces that have been shop painted and have been damaged, or where the shop coats or coats of paint have deteriorated, shall be properly cleaned and retouched before any successive painting is done. All such field painting shall match as nearly as possible the original finish. C. Field Painting 1. All painting at the site shall be designated as Field Painting. 2. All paint shall be at room temperature before applying, and no painting shall be done when the temperature is below 50°F, in dust -laden air, when rain or snow is falling, or until all traces of moisture have completely disappeared from the surface to be painted. 3. Successive coats of paint shall be tinted so as to make each coat easily distinguishable from each other with the final undercoat tinted to the approximate shade of the finished coat. 4. Finish surfaces shall not show brush marks or'other irregularities. Undercoats shall be thoroughly and uniformly sanded with No. 00sandpaper or equal to remove defects and provide a smooth even surface. Top and bottom edges of doors shall be painted and all exterior trim shall be back -primed before installation. 5. Painting shall be continuous and shall be accomplished in an orderly manner so as to facilitate inspection. Materials subject to weathering shall be prime coated as quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. 6. All materials shall be brush painted unless spray painting is specifically approved by the Engineer. The Contractor shall be responsible for all damage caused by overspray or drifting. 7. All surfaces to be painted as well as the atmosphere in which painting is to be done shall be kept warm and dry by heating and ventilation, if necessary, until each coat of paint has hardened. Any defective paint shall be scraped off and repainted in accordance with the Engineer's directions. 8. Before final acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted as directed by the Engineer. 9. Any pipe scheduled to be painted and having received a coating of a tar or asphalt -compound shall be painted with two coats of Kop-Coat's''Inertol Tar Stop, ICI Paints' Tarset Standard 7000 or equal before successive coats are applied per the schedule. Tnemec recommends ` using 69 Hi -Build Epoxoline 11 over tar, but a test patch must be run initially to test the paint's compatibility with the tar. I t F20662s09902 09902-9 4119/02 City of Lubbock Pilot Scale VrP Project 20662-33599 3.03 CLEANUP A. The premises shall at all times be kept free from accumulation of waste material and rubbish caused by employees or work. At the completion of the painting remove all tools, scaffolding, surplus materials, and all rubbish from and about the buildings, and leave work "broom clean" unless more exactly specified. B. Upon completion, remove all paint where it has been spilled, splashed, or splattered on all surfaces, including floors, fixtures, equipment, furniture, etc., leaving the work ready for inspection. 3.04 PAINT A. General Notes and Guidelines 1. All color numbers and names herein refer to master color card. Colors of specified equal manufacturers may be substituted with approval of the Engineer. 2. Pipelines, equipment, or other items which are not listed here shall be assigned a color by the Engineer and the Owner and shall be treated as an integral part of the Contract. 3. When color coding is specified or directed by the Engineer, it shall consist of color code painting and identification of all exposed conduits, through lines and pipelines for the transport of gases, liquids, or semi -liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors, and any operating accessories which are integral to a whole functional mechanical pipe and electrical conduit systems. 4. The colors of the Finish Schedule shall be interpreted as follows: Colors Tnemec # ICI Paints # Carboline # White WHO1 4550 White 5800 Orange SC03 Safety Orange 4444 Yellow BW56 [SCO2] Medium Yellow 6666 Dark Yellow BX36 Robotic Yellow N625 Green SC07 Safety Green 2383 Light Green AM52 Parrot 6361 Dark Brown AF12 Warm Brown 9218 Dark Green X Crylight Green 90GY 10/250 4372 Tan AF32 Bellows 3216 Ivory AF82 Seashell 3848 Light Grey BG62 C731 Medium Grey 2047 20YY 43/083 (Scroll Beige) 0746 Dark Grey BK33 Silver Grey 2525 Red SC09 Safety Red 5555 Blue SC06 Safety Blue S150 F20662s09902 09902-10 4/18/02 City of Lubbock Pilot Scale WTP Project 20662-33599 for Tnemec # ICI Paints # Carboline # Dark Blue 2042 70BG 10/214 A 183 Medium Blue 2041 70BG 23/276 0118 Light Blue 2040 70BG 67/126 7107 Aqua AX42 Turquoise Green 82GG 33/374 4132 International Orange SC04 International Orange N498 Dark Bronze BM07 Architectural Brown 2277 Tank Blue BB42 70BG/40/284 8155 Blue Green AX22 Blue Lagoon 81 GG 10/276 A337 Magenta BP14 30RB 11/250 S585 5. All moving parts, drive assemblies, and covers for moving parts which are potential hazards shall be Safety Orange #CA26. 6. All safety equipment shall be painted in accordance with OSHA standards. 7. All inline equipment and appurtenances not assigned another color shall be painted the same base color as the piping. The pipe system shall be designated and matched with the pipe color up to but not including the flanges attached to pumps and mechanical equipment assigned another color. 8. All conduit shall be painted to match its background surface. 9. Control panels shall be factory finished. 10. PVC piping which is not to be painted shall be designated with color tape or equivalent as selected by the Owner and Engineer as corresponds to transported liquid. 3.05 PAINT AND COLOR CODING SCHEDULE A. All colors shall be selected by the Engineer and Owner at the time of shop drawing review. END OF SECTION F20662so9902 09902-11 4/19/02 City of Lubbock Pilot Scale WTP Project 20662-33599 SECTION 13500 PILOT PLANT PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to design, fabricate, and install a complete pilot plant system as shown on the Design Figures, described in Design Tables No. 1 and No. 2, and as specified herein. Design requirements of the pilot plant system modules shall be as identified in the Design Figures and Tables and as specified herein. B. The following Design Figures are attached to this specification, and the Work indicated therein shall be included in the scope of work to be furnished under this Section: Figure No. Description IA Process Flow Diagram I 1B Process Flow Diagram II 2 Raw Water Module 3 Rapid Mix and Flocculation Module 4 Sedimentation Module 5 Settled Water Transfer Pump Module 6 Gravity Filter Module 7 Filter Backwash Module 8 Chemical Feed Systems Module 9 Pilot Plant Layout 10 Existing Site — Partial Plan 1.02 RELATED WORK A. PVC piping and pipe supports are specified in Division 15. B. Valves and appurtenances are specified in Section 15100. r C. Instrumentation are specified in Division 13. D. Surface Preparation and Coatings are specifiedin Division 9. 1.03 SUBMITTALS A. Submit to the Engineer copies of all materials required establishing compliance with this Section. Submittals shall include the following: 1. A Preliminary Design package shall be submitted 21 days after a one -day preliminary design meeting. The package shall include final design criteria and sketches for all modules, as well as a general layout of all modules and equipment in the pilot plant room. The sketches shall indicate all critical dimensions and materials of construction. F20662513500 13500-1 N27/02 City of Lubbock Pilot Scale WTP Project 20662-33599 2. Submit descriptive literature, bulletins and/or catalogs for all equipment supplied under this section. 3. Submit a list of the manufacturer's recommended spare parts with the manufacturer's current price for each item. Include gaskets, packing, etc, on the list. B. Project Schedule — Contractor shall coordinate delivery of the Pilot Plant Modules with the City to ensure no conflicts arise with work or scheduled maintenance at the WTP and within the Chemical Building. Provide proposed delivery date so that Owner can complete modifications for which responsible. C. In the event it is not possible to conform with certain details of this Section, describe completely all non -conforming aspects. 1.04 QUALITY ASSURANCE A. The equipment furnished shall be designed, constructed, and installed in accordance with the best practices and methods. B. The pilot plant shall be designed, fabricated, and installed by a single supplier with at least five years experience in pilot plant design, fabrication and operation. The supplier must have at least three existing pilot plants of similar size and scope, and shall provide references for at least three pilot plants currently in operation., C. No "or equal" products will be allowed for the following instrumentation system components specified herein in order to maintain consistency with existing equipment installed at the Lubbock Water Treatment Plant: turbidimeters, particle counters, pH meters, and total chlorine residual analyzers. Substitute, or "or equal," equipment may be submitted for other equipment items specified herein, and such submittals will be reviewed in accordance with the Contract Documents. Sufficient data must be provided, in accordance with Section 01300, to allow for a determination by the Engineer of the acceptability of substitutes. 1.05 SYSTEM DESCRIPTION A. The equipment and materials specified herein are intended to be standard equipment for a complete pilot plant system. The pilot plant shall be capable of simulating critical operating parameters in the following treatment processes: rapid mix, flocculation, sedimentation, and filtration. B. The pilot plant shall be capable of treating water from any combination of the following sources: raw water, coagulated water, flocculated water, or settled water from the full-scale plant, and washwater recycle from the full-scale plant. The pilot plant pretreatment system shall be designed for a flow rate of 10 gpm. The pilot plant filtration system shall be designed for a flow rate of 2.0 gpm. Design parameters for the individual treatment modules shall be as specified herein. C. The pilot plant shall consist of one complete train. The system design shall include provision for future expansion of the pilot plant through the installation of one additional treatment module and one additional filtration module. F206US13500 13500-2 fia7/02 City of Lubbock Pilot Scale WTP Project 20662-335" D. The pilot plant will be installed on the first and second floors of the Chemical Building at the Lubbock Water Treatment Plant. A plan of the pilot plant room (second floor) is appended to this specification (Figure No. 9). 1.06 WARRANTIES AND SERVICE A. All fabricated equipment shall be protected by a one-year warranty on materials and workmanship. B. Submit manufacturers' warranties for non -fabricated equipment. s ' C. Six months after pilot plant start-up, perform routine and preventive maintenance at the facility. Review maintenance procedures with the Owner and provide assistance in trouble -shooting or servicing of specialty equipment. t_. D. Provide 80 hours of additional labor and travel expenses to maintain, repair, or replace equipment as requested by the Owner. Labor and travel costs associated beyond the first 80 hours shall be paid by the Owner. PART 2 PRODUCTS 2.01 RAW WATER MODULE A. The raw water module shall be located on the first floor of the Chemical Building. The module shall be a self-contained arrangement of piping, valves, a pump and instrumentation equipment all mounted on a common support panel of adequate size. The raw water module shall include six separate raw water lines, one each for the following: 1. Raw Water (RW) 2. RW with Potassium Permanganate 3. Chloraminated RW 4. Plant Coagulated Water (CW) 5. Plant Flocculated Water (FW) 6. Plant Settled Water (SW) B. The six raw water lines shall join to forma combined raw waterline as shown in Figure No. IA, Process Flow Diagram I. Valves, chemical application ports, sample ports, drain connections, pump and instrumentation locations shall also be as shown on Figure No. 2. C. Raw water module equipment: 1. Provide one 1-inch inlet flow meter, ERDCO Model 3623-04T0. 2. Provide one basket strainer, Ryan Herco Model 5323-015. 3. Provide one turbidimeter, 0-100 NTU, Hach 1720D with PS1201 and Aquatrend (Model 52001-10). '- F20662S135M - 13500-3 W27/02 City of Lubbock Pilot Scale WTP Project 20662.33599 4. Provide one pH meter, Hach EC310 pH Controller (Model 55300-00) w/ integral temperature indicating transmitter, flow-thru cell mounting kit (Model 55242-00), Hach One flat electrode (Model 55310-00), and power cord. 5. Provide one particle counter, and associated flowmeter, I/O board, and interconnecting cable; Hach Model 2200 PCX (Model 57050-00). 6. Provide a progressing cavity pump, 0-13 gpm Grainger Model No. 5VD27, with 90 VDC motor, 1/2-hp, Minarik Model #506-50-026 with matching NEMA frame, and a Minarik PCM2340IA Process Control Drive for feedback control. 7. Provide one static mixer with 6-mixing elements, Cole-Parmer Model U-04669-96. Furnish two unions on inlet and outlet to facilitate removal. Provide matching PVC spool piece for replacement of mixer if removed. 8. The flow meter, turbidimeter, particle counter, and pH/temperature meter shall be furnished with all necessary components to permit monitoring of 4-20 mA outputs locally and remotely. 2.02 RAPID MIX AND FLOCCULATION MODULE A. The rapid mix and flocculation module shall be a self-contained unit including rapid mix and flocculation tanks as well as piping, valves, chemical feed and other components as shown in Figure No. 3 and as specified. The module shall include a single -stage rapid mix basin having 9.1 gallons of capacity with a 3-inch freeboard; and a three -stage flocculation basin consisting of a three -compartment tank with each compartment having 120 gallons of capacity and a 3- inch freeboard. B. The rapid mix and flocculation tank shall be constructed of transparent plexiglass. The plexiglass shall be of sufficient thickness and rigidity to prevent deflection when subjected to all potential hydraulic loads. The tanks shall include stainless steel support structures for the top - mounted mixer drives and paddle -wheel drive shafts. The tanks shall be mounted on a common base constructed of painted steel. The common base shall be of a height to allow for gravity flow from the second stage flocculator to the sedimentation module. Furnish Type 316 SS cross -bracing members as need for a rigid structure. Cross -bracing shall not hinder or prohibit viewing of the entire tank interior from!all angles. C. The rapid mix injection pump shall be as specified below. Provide two injection nozzles (one spare) as manufactured by Spraying Systems, Co. (Model 1/4-GGA-SS-12.5). Nozzle shall be mounted directly at and parallel to the raw water inlet flow at pipe discharge. D. Paddle -wheel flocculators shall be of corrosion resistant material and sized to accommodate mixing gradient (G) design range and dimensional limitations as noted in Figure No. 3 or as specified herein. E. Interconnecting piping, chemical application ports, sample ports, drain connections and bypass piping shall be as shown on Figure No. 3. F20662S135M 13500-4 6/27/02 City of Lubbock Pilot Scale WTP Project 20662.33599 F. Rapid Mix and Flocculation Module Equipment: 1. Provide one rapid mix injection, progressing cavity pump, 0-5 gpm Grainger Model 1 P610, with 90 VDC motor, 1/4-hp, Minarik Brushless DC PM Motor with matching NEMA frame mount, and a Minarik PCM23401 A Process Control Drive for feedback control. 2. Provide one 1/2-inch flow meter, ERDCO Model 3623-04T0. 3. Provide three flocculator mixer motors; right-angle (RA), GR, 90 vdc, 0-172 rpm, Minarik Model 507-02-135 4. Provide three motor drive controls, 90 vdc, Minarik Model MM24301C. 5. Provide three shaft encoders, Minarik Model 220C-5-60-PU-0.3125-S. 6. Provide three digital tachometers, Minarik Model VT8-D230AC. 7. The flow meter, tachometers (encoders), and pump control shall be furnished with all necessary components to permit monitoring of 4-20 mA outputs locally and remotely. 2.03 SEDIMENTATION MODULE A. The inclined plate sedimentation basin shall be designed for a minimum surface loading rate of 0.25 gpm/ft2 (12 plates) and a maximum surface loading rate of 1.1 gpm/ft2 (no plates) at a flow rate of 10 gpm. The plates shall be removable. The surface loading rate shall be adjustable by varying the number of plates. The plates shall be installed in an appropriately sized and configured tank with 3-inch freeboard minimum. The unit shall be configured with a bottom hopper, either V-shaped or cone -shaped, located at the inlet -end of the basin for consolidation of the mechanically collected sludge. B. The plate sedimentation module frame and tank, shall be constructed of transparent plexiglass, and shall be mounted on a base constructed of painted steel. Furnish Type 316 SS cross -bracing as needed for a rigid structure, however bracing shall not hinder or prohibit viewing of the entire tank interior from all angles The plexiglass shall be of sufficient thickness and rigidity to prevent deflection when subjected to all potential hydraulic loads. C. A mechanical sludge scraper system (Chain -and -Flight) shall be provided as shown in the Drawings. The chain -and -flight (CF) system shall consist of the following major components: 1. Flight carrier roller chain and drive chain shall be corrosion resistant Poly Chain and sized so as to correspond to drive motor pull and anticipated sludge loading. 2. CF drive shaft shall be 316 stainless steel with glass -filled nylon sprockets. Shaft shall be mounted with nylon, self lubricating bearing blocks. 3. CF system shall be driven by a constant speed right angle gear motor. Motor shall be sized appropriately to correspond to anticipated sludge loading. Motor output speed shall be 3 to 6 rpm. 4. CF system shall be controlled by a programmable timer. F20662S13500 13500-5 ea7/02 City of Lubbock Pilot Scale WTP Project 20662.33599 5. The sludge outlet diaphragm valve shown in Figure No. 4 shall be timer controlled. D. Interconnecting piping, valves, chemical, application ports, sample ports, drain connections, bypass piping, pump and instrumentation locations shall be as shown on Figure No. 4. E. Instrumentation associated with the sedimentation module shall be mounted according to manufacturer's requirements to stainless steel unistrut framework adjacent to the sedimentation basin and integrally mounted to the fabricated module. F. Sedimentation Module Equipment: 1. Provide a turbidimeter, 0-100, Hach Model 1720D with Power Supply and AquaTrend Interface (SOM). 2. Provide one pH meter, Hach EC310 pH Controller (Model 55300-00) w/ integral temperature indicating transmitter, flow-thru cell mounting kit (Model 55242-00), Hach One flat electrode (Model 55310-00), and power cord. 3. Provide one "total chlorine" residual analyzer, Hach CL17 (Model 54400-02) and accessories. 4. Provide one particle counter, and associated flowmeter,1/0 board, and interconnecting cable; Hach Model 2200 PCX (Model 57050-00). 5. The flow meter, turbidimeter, particle counter, and pH/temperature meter shall be furnished with all necessary components to permit monitoring of 4-20 mA outputs locally and remotely. 2.04 SETTLED WATER TRANSFER PUMP MODULE A. The Settled Water Transfer Pump Module (Transfer Pump) shall be located on the second floor of the Chemical Building. The module shall be a self-contained arrangement of piping, valves, a pump and instrumentation equipment all mounted on a common support panel of adequate size. The Transfer Pump Module shall include two separate suction connections, one each for the following: 1. Pilot Plant Settled Water (SW) 2. Alternate/Future Process Water B. The two suction lines shall join as shown in Figure No. 1B, Process Flow Diagram II. Valves, chemical application ports, sample ports, drain connections, pump and instrumentation locations shall also be as shown on Figure No. 5. C. Furnish a Carbon Contact Tank adjacent but integral to the settled water transfer pump module. The Carbon Contact Tank shall be furnished with the necessary connections to receive water and distribute process water as shown in Figure No. 5. D. Settled Water Transfer Pump Module and Carbon Contact Tank Equipment 1. Provide one 55-gallon HDPE tank with bottom outlet spigot. F2W62S135M 13500-6 ern/oz City of Lubbock Pilot Scele WTP Project 20662-33599 2. Provide one ceramic -dome disc air diffuser, Cole-Parmer (Model U-70025-20, or equal). 3. Provide two positive displacement gear pumps, 0 -5 gpm @ 25 ft TDH, Grainger Model 1 V352, with 90 VDC motors, 1/2-hp, Minarik Model #506-50-026, and manual control motor controllers, Minarik Model MM23401C. 4. Provide two flow meters, 0.5 — 5 gpm, ERDCO Model 3425-02T0. 5. The flow meters and pump controllers shall be furnished with all necessary components to permit monitoring of 4-20 mA outputs locally and remotely. 2.05 GRAVITY FILTER MODULE A. The filtration system shall consist of two gravity -operated, constant rate, constant level filter columns, piping, pumps, valves, instrumentation and equipment. The filter columns shall be integrally mounted as a single, stand-alone unit with an independent support structure. Columns shall not be wall mounted. Instrumentation and all necessary and related equipment shall be panel mounted adjacent to the filter columns as described herein. All piping and valves shall be supported from the filter columns and associated pilot plant module as needed. B. The filter columns shall be constructed of 6-inch diameter clear PVC pipe and shall be 15 feet in length. Each column shall be fitted with piping connections, sample ports and differential pressure taps as shown in Figure No. 5. Columns shall also be fitted with perforated bottom plates with IMS support cap for support of the filter media. Perforation of the bottom plates shall be such so as to evenly distribute backwash water and air scour across the cross -sectional area of the filter column. Filter configuration shall be as follows: 1. Maximum filter operating head 7ft _ 2. Filter media specifications: Media Type Anthracite Silica Sand High Density Sand Uniformity Coefficient (U.C.) 1.36 1.40 2.14 Effective Size (E.F.) (mm) 1.01 0.43 0.20 _ Size Range (mm) 1.0 —1.1 0.35 — 0.45 0.18 — 0.28 Media Depth (inches) 16.5 9.0 4.5 ,77 C. Instrumentation associated with each filter column shall be panel mounted on a board constructed of high density birch plywood, which shall be mounted next to each filter column. D. Interconnecting piping, valves, chemical application ports, sample ports, drain connections, bypass piping, overflow, and instrumentation locations shall be as shown on Figure No. 5. The piping and valves shall be as specified. E. Process water flow to each filter column shall be controlled by separate variable speed gear pumps installed with the settled water transfer pump module. F. Constant level in the filters shall be controlled by an ultrasonic level indicating transmitter and modulating filter effluent valve configured in a continuous feedback loop. Level shall not vary by more than 2 inches over the course of each filter run. F2W2S13500 13500-7 e27i02 Lubbock Pilot Scale WTP Project Design Table No.1 Design Criteria Comparison Water Treatment Plant Pilot scale WTP (Q = 75 MCD) (Q = I D gpm) Treatment Process Item Quantity Description Item Quantity Description Raw Water Supply Terminal Storage Reservoir 386 Mgal Raw Water Pump Station Raw Water Pump 1 Capacity 15 gpm @ 40 ft TDH Pump Control 1 Set -point flow controller (2ed Floor of Chem. Bldg) Rapid Mix No. of Trains 3 No. of Trains 1 Basins/Train I Basins/Train 1 Basin Dimensions Basin Dimensions - Length 14.8 feet Length 12 inches Width 12 feet Width 12 inches Depth 11.7 feet Depth 14.5 inches Basin Height Volume/Basin 15,533 gallons Volume/Basin 9.0 gallons Detention Time/Basin 54 seconds (@ 25 MGD) Detention Time/Basin 54 seconds (@ 10 gpm) Mixer Type Pump Injection Mixer Type Pump Injection w/ set point controller No. of Units 3 No. of Units I Capacity 1,180 gpm @ 10 psi Capacity 5 gpm @ 40 ft F1nDsn_TW-1.doc 13500-13 w1r=' Design Table No. 1 (Continued) Water Treatment Plant (Q = 75 MGD) Pilot Plant (Q = lOgpm) Treatment Item Quantity Description Item Quantity Descriptiow Process Flocculation No. of Trains 6 No. of Trains I Basins/Train 3 Basins/Train 3 Basin No. 1— 3 Dimensions Basin Dimensions Length 14.83 feet Length 30 inches Width 110 feet Width 30 inches Depth 11.67 feet Depth (Liquid) 31.5 inches Tank Height 36 inches Volume 142,390 gallons Volume 123 gallonstbasin Design Flow Rate/Train 16.7 MGD Detention Time/Basin 12.3 minutes/basin Detention Time/Basin 12.3 minutes Total Detention Time/Train 36.9 minutes (@ 10 gpm) Total Detention Time/Train 36.9 minutes Flocculator Type Floccsilator (by Eimco) Flocculator Type Horizontal paddle -wheel; two or three arm Motor Type Variable Speed Mixing Gradient Range 30 - 60 sec' Mixing Gradient Range 10 — 80 sec' (50°C) Basin No. 4 — 6 Dimensions Length 14.83 feet Width 110 feet Depth 11.67 feet Volume 142,390 gallons Design Flow Rate/Train 8.33 MGD Detention Time/Basin 24.6 minutes Total Detention Time/Train 73.8 minutes Flocculator Type Floccsilator (by Eimco) Mixing Gradient Range 30 - 60 sec' FlnDsn W-t.doc 13500-14 Ot7l�DQ3 Design Table No.1 (Continued) Water Treatment Plant Pilot Plant {Q = 75 MGD) {Q =1 o gpm) Treatment Process Item Quantity Description Item Quantity Description Sedimentation No. of Basins 6 Conventional settling No. of Basins 1 Plate settlers Basins No. 1— 3 Dimensions Basin Dimensions Length 220 feet Length 60 inches Width 110 feet Width 24 inches Depth 11.7 feet Depth 71 inches (max.) Volume 2,112,460 gallons Basin Height 74 inches Detention Time/Basin 3.04 hours (@16.7 MOD) Volume (liquid) 314t gallons. Surface Area/Basin 24,200 sq. & Detention Time 31.4 minutes (@ 10 gpm) Surface Loading Rate 0.48 gpm/sq. & Surface Area 8.33 sq. & Outlet Type Weir launders Surface Loading Rate (SLR) 1.1 gpm/SF (max. @ 10 gpm) Effective SLR (w/ all plates) 025 gpm/SF. (min @ 10 am) Basins No. 4 — 6 Dimensions Width 110 feet Outlet Type Perforated weir Length 110 feet Depth 11.67 feet Volume 1,056,230 gallons Detention Time/Basin 3.04 hours (@ 8.3 MOD) Surface Area/Basin 12,100 sq. ft. Settled Water Transfer Pumps - -2 -Gear pumps Surface Loading Rate 689 gpd/sq- ft. Transfer Pump Capacity 1-5 gpm @ 20 psi (w/VSD) Outlet Type Weir launders (From Carbon Contact to Filters) Sludge Removal Mechanism Circular scrapers Sludge Removal Mechanism Chain and flight w/tinter (all basins) Carbon Contact No. of Basins 2 No. of Tanks 1 Diffusers Multiple; previously for Diffuser 1 Ceramic dome recarbonation (0.5 scfrn/sf max) Volume/Basin t 226,960 gallons Tank Volume 55 gallons Hydraulic Residence Time t 8.7 minutes (@ 37.5 MOD) Hydraulic Residence Time 5.5 minutes (@ 10 gpm) t Dimensions and residence time of Carbon Contact Basins are based on approximation of existing basin size. FinDsn—Tt4-t•doc 13500-15 twl ?w Design Table No. 1(Continued) Water Treatment Plant Pilot Plant (Q = 75 MGD) (Q = l ogpm) Treatment Item Quantity Description Item Quantity Description Process Filtration No. of Gravity Filters 20 No. of Gravity Filters 2 Type of Filter Control --- Constant rate/level Type of Filter Control -- Constant rate -Revel No. of Controllers 20 One per filter No. of Controllers 2 Filter Controllers --- Flow meter w/mod valve Filter Controllers -- Level sensor w/mod valve Filter Dimensions Filter Dimension Length 40 feet Diameter 6 inches Width 27 feet Column Height 15 ft Surface Area 1,080 sq. ft. Actual Surface Area 0.2 sq. ft. Design Flow/Filter 3.75 MGD Design Flow/Filter 0.4 —1.6 gpm Filtration Rate (all filters) 2.41 gpm/sq. ft. Filtration Rate/Filter 2.0 — 8.0 gpm/sq. & Media Type & Depths, Media Type & Depths Anthracite .16.5 inches - - - Anthracite __ 16.5 inches Sand 9.0 inches Sand 9.0 inches Garnet 4.5 inches Garnet 4.5 inches Media Support (gravel) 6.0 inches Media Support --- IMS support cap Type of Backwash Air scour/water wash Type of Backwash Air scour/Water wash Underdrain Type Combination air/water Underdrain Type PVC perforated plate combination Backwash System Type of Control Manual Type of Control Manual BW Water Supply 2 BW Water Supply Plant Water System No. of BW Pumps 21 MGD @ 42-ft TDH Rotameter — Water 0-5 gpm Rated Pump Capacity 13.5 gpm/sf (One pump) Typical Water BW Range 0-20 gpm/sf BW Rate Air Scour Supply Air Scour Supply Air Compressor No. of Blowers Rotameter — Air Flow 0-5 scfm Rate Blower Capacity Air Scour Rate Air Scour Rate 2-8 scfm/sf FinDsn_7bl-t.doc 13500-16 Lubbock Pilot Scale WTP Project Design Table No. 2 Instrumentation Identification Instrumentation Designation Location Particle Counter PART Raw water inlet Settled water outlet Filtered water outlet pH Meter pH Raw water inlet Settled water outlet Filtered water outlet Temperature Indicating Tansmitter TEMP Raw water inlet Settled water outlet Filtered water outlet Differential Pressure Indicating Transmitter PDIT Raw water inlet (strainer) Filter column (each filter) Variable Speed Drive VSD Raw water pump Rapid mix injection pump Settled water transfer pump Level Indicating Transmitter LIT Filter level (each filter) Flow Indicating Transmitter FIT Raw water inlet Rapid mix injection pump Filter inlet piping (each filter) Turbidimeter TURB Raw water inlet Settled water outlet Filtered water outlet Total Chlorine Residual Analyzer CHL Settled water outlet Filtered water outlet pH and temperature instruments are a single unit as specified in Section 13500 END OF SECTION Fn-On Insl TW2.Ws 20662-MS99 13500-17 City of Lubbock Pilot Sc* WTP Project 20662.335" SECTION 15064 PLASTIC PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install 1/8-in to 6-in plastic piping and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Pipe hangers and supports are included in Section 15140. B. Valves and appurtenances are included in Section 15100. C. Pilot Plant description is included in 13500. 1.03 SUBMITTALS A. Shop drawings and product data, in accordance with Section 01300, shall include the following: 1. Shop drawings including piping layouts and schedules shall be submitted to the Engineer and shall include dimensioning, fittings, locations of valves and appurtenances, joint details, methods and locations of supports and all other pertinent technical specifications for all piping to be furnished. 2. Shop drawing submittals for piping under this Section shall include all data and information required for the complete piping systems. All dimensions shall be based on the actual equipment to be furnished. Types and locations of pipe hangers and/or supports shall be shown on the piping layout for each piping submittal. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). i r 1. ASTM D 1784 -Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 2. ASTM D 1785 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. 3. ASTM D2447 - Standard Specification for Polyethylene (PE) Plastic Pipe, Schedules 40 and 80, Based on Outside Diameter. 4. ASTM D2464 - Standard Specification for Threaded Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 5. ASTM D2466 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. 6. ASTM D2467 - Standard Specification for Socket - Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. ' 7. ASTM D2564 - Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings. F20662S 15064 15064-1 4l18/02 City of Lubbock Pilot Scale WTP Projcet 20662.33599 8. ASTM D2657 - Standard Practice for Heat -Joining Polyolefin Pipe and Fittings. 9. ASTM D2855 - Standard Practice for Making Solvent - Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 10. ASTM D3261 - Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. 11. ASTM F437 - Standard Specification for Threaded Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. 12. ASTM F438 - Standard Specification for Socket - Type Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 40. 13. ASTM F439 - Standard Specification for Socket -Type Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. 14. ASTM F441 - Standard Specification; for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80. 15. ASTM F493 -Standard Specification for Solvent Cements for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. 16. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws and Studs. 17. ASTM F594 - Standard Specification for Stainless Steel Nuts. B. Plastic Pipe Institute (PPI) 1. PPI TR31 - Underground Installation of Polyolefin Piping. C. American National Standard Institute 1. ANSI B 16.5 Pipe Flanges and Flanged Fittings. D. Where reference is made to one of the above standards, the revisions in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All plastic pipe and fittings of each type shall be furnished by a single manufacturer who is experienced in the manufacture of the items to be furnished; however, it shall not be a requirement that the pipe and fittings be manufactured by the same manufacturer, provided that the pipe and fittings are compatible in both compounding and size. The pipe and fittings shall be designed, manufactured and installed in accordance with the best practices and methods and shall be suitable for the intended service. 1.06 SYSTEM DESCRIPTION A. Piping shall be installed in those locations as shown on the Drawings. B. The equipment and materials specified herein are intended to be standard types of plastic pipe and fittings for use in transporting water and chemicals. F20662S I5064 15064-2 4/la/02 City of Lubbock Pilot Scale WTP Project 20662.33599 C. Plastic piping systems shall be designed for the following conditions: System: Chemical Potable Water Process Water Filter Air Scour ' Material: Sch. 80 PVC Sch. 80 PVC Sch. 80 PVC Sch. 80 PVC ' Fluids: Chemical Solutions Plant water Pilot PlantCompressed Air Process Water i Atmosphere to Atmosphere to Atmosphere to Atmosphere to Pressure: 100 psig 120 psig 120 psig 125 psig Flow Velocity: Up to 10 fps Up to 10 fps Up to 10 fps Up to 100 scih Temperature: 35OF to 100°F 350F to 100°F 35°F to 100°F 35°F to 100°F t: Special Pulsation from None None None Conditions: progressing cavity PART 2: PRODUCTS 2.01 MATERIALS ' A. Poly(Vinyl Chloride) Pipe and Fittings - PVC 1. Pipe shall be manufactured from PVC compounds meeting ASTM D1784, Class 12454-B in accordance with ASTM D1785, PVC 1120. The pipe shall have a minimum hydrostatic design stress of 2,000 psi at 73 ❑F and shall be suitable for field cutting and solvent welding. Pipe shall be of the sizes as shown on the Drawings and shall be per Paragraph 1.06 unless otherwise shown. 2. Fittings shall be the socket type for solvent welded joints conforming to ASTM D2467 or ASTM D2466 where Schedule 40 pipe is shown on the Drawings. Fittings shall be manufactured from PVC compound meeting ASTM D 1784, Class 12454-B. Solvent cement shall be as specified in ASTM D2564. B. Threaded joints shall be as specified under the applicable ASTM standard for pipe and fittings being z used. Thread sealer shall be thread tape which shall be standard industrial quality Teflon, Type 1. C. Flanged Joints 1 s 1. Where flanged joints are required, they shall be supplied with 1/8-in thick full-faced Viton-N gaskets or equal 2. Flange bolt spacing, number and dimensions shall conform to the requirements of ANSI B 16.5. CPVC and PVC flanges shall be single piece, suitable for solvent cementing to the pipe and shall be suitable for a minimum pressure of 150 psi, Two piece sleeved flanges (Van Stone type) shall not be acceptable. 3. Bolts, nuts and washers for flanged joints shall be for corrosive service conditions and shall be ASTM F593 and F594, Type 316 stainless steel. Antisieze compound for stainless steel bolts i and nuts shall be of a molybdenum disulfide base such as Molycoat-G or equal. if D. Fittings, specials, unions and flanges shall be of the same schedule number and manufactured of the same materials as the pipe. Whenever unions are called out on the Drawings, flanged connections f. may NOT be substituted, provided that dimensional controls do not preclude use of flanges. i ! F20662SI5064 15064-3 4/18/02 City or Lubbock Pilot Scale wTP Project 20662-33599 E. Expansion joints for PVC sizes 1/2-in to 6-in shall be telescoping type as manufactured by Plastinetics, Inc.; ASAHI/America or equal. Expansion in pipes smaller than 1/2-in shall be accommodated with expansion loops. PART 3: EXECUTION 3.01 INSTALLATION A. The installation of plastic pipe shall be strictly in accordance with the manufacturer's technical data and printed instructions. B. Joints for PVC pipe shall be solvent cemented unless threaded are otherwise shown on the Drawings or are specified as other types herein. In making solvent cemented connections, clean dirt and moisture from pipe and fittings, bevel pipe ends slightly with emery cloth to remove any shoulder or burrs created by cutting of the pipe. Solvent cement joints shall be made in accordance with ASTM D2855. Primer shall be used whenever recommended by the pipe, fitting, or cement manufacturer and in all cases for joints on pipe systems four inches in diameter or larger. Making solvent cement joints shall not be performed and the work shall ;stop when the temperature, measured in the shade, is 40 F and falling. C. Installation of valves and fittings shall be in accordance with manufacturer's instructions. Particular care shall be taken not to overstress threaded connections. In making solvent cement connections, the solvent cement or primer shall not be spilled on valves. Any cement allowed to run from joints shall be cleaned from the pipe and fittings immediately. D. All piping shall have a sufficient number of unions to allow convenient removal of piping and shall be as approved by the Engineer. PVC pipe shall be installed with at least one expansion joint or loop near the center of each straight run of pipe which is 50 feet or longer with the maximum spacing between expansion joints or loops being 1'S0 feet. E. All plastic pipe to metal pipe connections shall be made using flanged connections. Metal piping shall not be threaded into plastic fittings, valves, or couplings nor shall plastic piping be threaded into metal valves, fittings or couplings. Only socket to thread adaptors shall be used for threaded plastic pipe connections to other threaded devices. 3.02 FIELD TESTING A. All pipelines shall remain undisturbed for the minimum curing or cooling time specified for each type of pipe material but no less than 8 hours to develop full curing and complete strength at all j oints. All pipe systems shall be flushed clean and then subjected to a hydrostatic pressure test for 12 hours at a test pressure and temperature specified below. Testing procedures shall be as specified below. Should the temperature not be attainable under hydrostatic conditions, then the test maybe performed under hydro -dynamic conditions, provided that accurate measurements for loss ofthe test fluid can be made, or the pressure shall be proportionally increased to simulate the stresses of the higher temperature in relation to the lowest system temperature that is expected during the duration of the test. The proportionally higher test pressures shall be determined in accordance with the accepted temperature versus strength properties as published by the pipe manufacturer, Plastic Pipe Institute or other pipe material standards organization. B. The test pressures and temperatures for the various pipe lines shall be 150 psi at ambient temperature. F20662s t 5064 15064-4 4/ t 9/02 City or Lubbock Pilot Scale WTP Project 20662.33599 C. The test shall be performed by slowly filling the piping system, expelling entrapped air from all high points. The fill rate shall be controlled so that the fluid velocity within the pipe system is less than two fps. Upon completion of the filling process, the system shall be brought up to the specified test' temperature as applicable, holding the system pressure to less than ten percent of the test pressure. Once the system has been stabilized at the specified test temperature, the pipe should be slowly brought up to the test pressure in such a manner so as to not create shock, surge or water hammer in the pipe system. The test duration time limit shall not begin until the full pressure specified above has been reached and the system has been stabilized to within five percent of the test temperature. The system pressure and temperature shall be maintained to within one-half percent but no more than five percent of the specified value for the temperature and within five psi of the specified value for the pressure. These tolerances shall be held for the entire duration of the test. Upon completion of the test, the pressure shall be slowly removed by opening a valve or other pressure relieving device at a location remote to the location of the pressure/temperature monitoring equipment. D. The pressure test shall be monitored by a recording type pressure gage for tests not requiring temperature control or a dual pen pressure/tempemture recording gage when temperature control is required. The entire test process shall be recorded, including the initial temperature stabilization and pressurization of the piping system. The record shall be continuous through the system test and shall show the final de -pressurization of the pipe system. E. All visible leaks detected during the pressure test shall be repaired and the pressure/temperature test rerun. A successful test shall be a test in which no visible leaks are detected and the pipe system pressure can be maintained within one-half percent but no more than five psi of the specified value. F. Prior to testing, the pipelines shall be supported in an approved manner to prevent movement during the tests. 3.03 PAINTING A. PVC pipe and fittings shall not be painted. B. PVC pipe shall be labeled and marked in accordance with Section 09902. 3.04 DISINFECTION A. Disinfection of piping on all potable water lines and connections and where otherwise noted, shall be performed per AWWA C-601. END OF SECTION t F20662s 1 S064 15064-5 4/18102 City of Lubbock Pilot Scale WTP Project 20662-33599 SECTION 15100 VALVES PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install complete and ready for operation and test all non -buried valves as shown on the Drawings, and as specified herein. B. The equipment shall include, but not be limited to, the following. However, all items specified herein may not be included in this project. 1. Valve Actuators - General 2. Valve Actuators - Powered 3. Check Valves 4. Plastic Valves a. Ball Valves b. Check Valves c. Globe Valves d. Diaphragm Valves e. Needle Valves f. Backpressure Regulating/Control Valves g. Pressure Relief Valves 5. Stainless Steel Needle Valves 6. Pressure Regulating Valves 7. Solenoid Valves 8. Corporation Stop and Stop and Waste Valves 1.02 RELATED WORK A. PVC Piping and appurtenances are included in Sections 15064. B. Piping appurtenances are included in Section 13500 C. Pipe hangers, supports and anchorage are included in Section 15140. D. Instrumentation and Electrical, not specified herein, are included in Division 13. E. Certain appurtenances for individual types of pipe or systems are specified with the specific type of pipe or system. However, additional items are specified in this Section. F20662S I S 100 15100-1 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.33599 F. Certain items similar to those specified in this Section maybe specified to be furnished and installed with individual equipment or systems. In case of a conflict, those individual equipment or system requirements shall govern. G. Electric valve operators of all types, rate of flow controllers (including modulating valves and operators) and other types of valves which are part of the automated instrumentation (such as some solenoid valves) if not included herein are included in Division 13. Valve operators shall, however, be mounted at the factory on the valves as specified herein, as part of the Work of this Section. 1.03 SUBMITTALS A. Submit materials required to establish compliance with these Specifications in accordance with Section 01300. Submittals shall include the following: 1. Certified drawings showing all important details of construction and dimensions. 2. Descriptive literature, bulletins and/or catalogs of the equipment. 3. The total weight of each item. 4. A complete bill of materials. 5. Additional submittal data, where noted with individual pieces of equipment. B. Test Reports 1. Provide certified hydrostatic test data, per manufacturer's standard procedure or MSS-SP-61 for all valves. C. Certificates 1. For each valve specified to be manufactured, tested and/or installed in accordance with AWWA and other standards, submit an affidavit of compliance with the appropriate standards, including certified results of required tests and certification of proper installation. D. Operating and Maintenance Data 1. Operating and maintenance instructions shall be furnished to the Engineer as provided in Section 01730. The instructions shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, descriptions and other information required to instruct operating and maintenance personnel unfamiliar with such equipment. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 2. ASTM A48 - Standard Specification for Gray Iron Castings. 3. ASTM A126 - Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings. F20662S I5100 15100-2 4/ 18/02 City of Lubbock Pilot Scale WTP Project 20662-335" 4. ASTM A 159 - Standard Specification for Automotive Gray Iron Castings. f 5. ASTM A240 - Standard Specification for Heat -Resisting Chromium and Chromium -Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 6. ASTM A276 - Standard Specification for Stainless and Heat -Resisting Steel Bars and Shapes. 7. ASTM A436 - Standard Specification for Austenitic Gray Iron Castings. 8. ASTM A536 - Standard Specification for Ductile Iron Castings. 9. ASTM B30 - Standard Specification for Copper -Base Alloys in Ingot Form. 10. ASTM B62 - Standard Specification for Composition Bronze or Ounce Metal Castings. p B. American Water Works Association (AWWA) 1. AWWA C508 - Standard for Swing -Check Valves for Waterworks Service, 2-in Through 24-in NPS. 2. AWWA C540 - Power -Actuating Devices for Valves and Sluice Gates. 3. AWWA C550 - Protective Epoxy Interior Coatings for Valves and Hydrants. C. American National Standards Institute (ANSI) I. ANSI B2.1 -Specifications, Dimensions, Gauging for Taper and Straight Pipe Threads (except dry seals). 2. ANSI B 16.1 -Cast Iron Pipe Flanges and Flanged Fittings. 3. ANSI B 16.10 -Face-to-Face and End -to -End Dimensions of Valves. D. American Iron and Steel Institute (AISI) E. Manufacturer's Standardization Society of the Valve and Fittings Industry (MSS) 1. MSS-SP-61 - Pressure Testing of Steel Valves. 2. MSS-SP-67 -Butterfly Valves. t. 3. MSS-SP-71 - Cast Iron Swing Check Valves, Flanges and Threaded Ends. 4. MSS-SP-72 - Ball Valves with Flanged or Butt -Welding Ends for General Services. 5. MSS-SP-80 - Bronze Gate, Globe, Angle and Check Valves. 6. MSS-SP-82 - Valve Pressure Testing Methods. 7. MSS-SP-98 - Protective Epoxy Coatings for the Interior of Valves and Hydrants. F20662S15100 15100-3 4/19/02 City of Lubbock Pilot Scale wTP Project 20662.335" F. National Electrical Manufacturers Association (NEMA) G. Underwriters Laboratories (UL) H. Factory Mutual Insurance (FM) I. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Qualifications 1. Valves and appurtenances shall be products of well established firms who are fully experienced, minimum 10 years, reputable and qualified in the manufacture of the particular equipment to be furnished. 2. The equipment shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these Specifications as applicable. 3. All units of the same type shall be the product of one manufacturer. B. Certifications 1. The manufacturers shall furnish an affidavit of compliance with Standards referred to herein as specified in Paragraph 1.03C. Refer to, PART 3 for testing required for certain items in addition to that required by referenced standards. C. Inspection of the units may also be made by the Engineer or other representative of the Owner after delivery. The equipment shall be subject to rejection at any time due to failure to meet any of the Specification requirements, even though!, submittal data may have been accepted previously. Equipment rejected after delivery shall be marked for identification and shall be removed from the job site at once. 1.06 SYSTEM DESCRIPTION A. All of the equipment and materials specified herein is intended to be standard for use in controlling the flow of raw water, potable water, sludges,protected plant water, service water, compressed air, or chemicals, depending on the individual systems, as noted on the Drawings. B. Valves, appurtenances and miscellaneous items shall be installed as shown on the Drawings and as specified, so as to form complete workable' systems. C. Unless otherwise noted, all powered valve operators shall have: 1. Solenoid valves: 120 volt, single phase, 60 Hz, NEMA 4 enclosure, continuous duty C1assF coils and manual operator. 2. See other paragraphs for additional requirements. F20662S 15100 15100-4 4/18/02 City of Lubbock Pilot Scale WTP Project 20662-33599 1.07 DELIVERY, STORAGE AND HANDLING A. Reference is made to Section 01600 for additional information. B. Packing and Shipping 1. Care shall be taken in loading, transporting and unloading to prevent injury to the valves, appurtenances, or coatings. Equipment shall not be dropped. All valves and appurtenances shall be examined before installation and no piece shall be installed which is found to be defective. Any damage to the coatings shall be repaired, as acceptable to the Engineer. 2. Prior to shipping, the ends of all valves shall'be acceptably covered to prevent entry of foreign material. Covers shall remain in place until after installation and connecting piping is completed. a. Valves smaller than 3-in shall be shipped and stored on site until time of use with heavy cardboard covers placed on each valve end. b. Any corrosion in evidence at the time of acceptance by the Owner shall be removed, or the valve shall be removed and replaced. C. Storage and Protection 1. Special care shall betaken to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, to prevent deformation. See the individual piping specifications and manufacturer's information for further requirements. 1.08 MAINTENANCE A. Special tools and the manufacturer's standard spare parts, if required for normal operation and maintenance, shall be supplied with the equipment in accordance with Section 01730 and where noted, as specified herein. B. Provide all special tools required for normal maintenance. Tools shall be packaged in a steel case, clearly and indelibly marked on the exterior to indicate equipment for which tools are intended. C. Provide to the Owner a list of all spare and replacement parts with individual prices and location where they are available. Prices shall remain in effect for a period of not less than one year after start- up and final acceptance. PART 2: PRODUCTS 2.01 MATERIALS AND EQUIPMENT - GENERAL A. Reference is made to Division 1 for additional requirements. B. The use of a manufacturer's name and/or model or catalog number is for the purpose of establishing the standard of quality and general configurationdesired. C. Valves and appurtenances shall be of the size shown on the Drawings or as noted and as far as G possible equipment of the same type shall be identical and from one manufacturer. �` F20662SI5100 15100-5 4n8/02 City or Lubbock Pilot Scale WTP Project 20662-33599 D. Valves and appurtenances shall have the name of the maker, nominal size, flow directional arrows, working pressure for which they are designed and standard referenced, cast in raised letters or indelibly marked upon some appropriate part of the body. E. Unless otherwise noted, items shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to, whichever is higher and suitable for the pressures noted where they are installed. F. Joints, size and material - unless otherwise noted or required by the Engineer: 1. Except where noted, all joints referred to herein shall be of the same type, nominal diameter, material and with a minimum rating equal to the pipe or fittings they are connected to. 2. Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to. G. Provide all special adaptors as required to ensure compatibility between valves, appurtenances and adjacent pipe. 2.02 VALVE ACTUATORS - GENERAL A. The valve manufacturer shall supply and integrally, rigidly mount all actuators, including any type of manual or powered actuators, on valves at the factory. The valves and their individual actuators shall be shipped as a unit. B. Unless otherwise noted, valves shall be manually actuated; valves shall have an operating wheel, handle or lever mounted on the operator. C. All actuators shall be capable of moving the valve from the full open to full close position and in reverse and holding the valve at any position part way between full open or closed. D. Each operating device shall have cast on it the word "OPEN" and an arrow indicating the direction of operation. 2.03 SMALL VALVE — ELECTRIC ACTUATORS A. Small valve electric actuators shall be as specified herein unless noted otherwise in Section 13500. B. Actuators for valves 3-inches and smaller shall be electric motor -driven and shall include the motor operator, unit gearing, limit switch gearing, limit switches, manual override lever, condensation heater with thermostat, and local control panel as shown in Electrical Drawings and as specified. The operators shall be fully self-contained. C. Small valve actuators provided shall conform to the following: 1. Supply voltage: 115 volt, 1 phase, 60 Hertz 2. Thermoplastic housing with zinc -alloy base with corrosion resistant epoxy coating in NEMA 4/4X enclosure. 3. Position indicators, limit switches and contacts F20662SI5100 15100-6 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.335" D. Motors shall be split phase AC type with integral break geared in such a way as to provide the torque requirement for the particular valve provided. The actuators provided delivers 25 percent duty cycle for operating purposes. E. Limit switches and associated gearing shall be an integral part of all valve operators. The limit switch gearing shall be of the intermittent type totally enclosed in its own gear case. Two (2) sets of limit switches shall be provided of the lever type which are cam operated and fixed in place. One set of limit switches shall be provided for the fully open and fully closed position of the valve. Another set of limit switches shall provide as a normally open and normally closed contact for the purpose of decoupling the power to the motor and redirecting the power for indication when at limit. Switches shall require no regular maintenance. F. Provide fabricated Type 304 stainless steel handwheels to Owner for manual operation of valves. Fabricated handwheels shall be designed and coordinated with valve manufacturer for proper operation of actuator/valve. G. Small valve electric actuators shall be provided by a single supplier. Each valve/actuator assembly shall be properly tested as recommended by manufacturer prior to delivery to job site. H. Modulating control valves shall be as specified in: Section 13500. I. All operators supplied to this project shall be of the same manufacture. 2.04 CHECK VALVES A. Check valves 2-in and smaller for installation in copper and steel pipes shall be bronze, swing type, 125 lb. with solder or screwed ends. 2.05 GLOBE VALVES A. Globe valves for lines shall have a bronze body, renewable full plug stainless steel disc, renewable stainless steel seat and 400 lb. cold water non -shock working pressure. Globe valves shall be Figure W245P as manufactured by Walworth Co.; Valley Forge, PA, or equal. Globe valves for liquid oxygen service shall have extended stems. 2.06 PLASTIC VALVES A. General 1. All valves shall be certified as completely compatible with the intended and specified service; compatibility shall apply to the material of the valve and internal components, including all seals, gaskets, O-rings and washers; solvents and primers used in valve joint make-up shall be specifically in conformance with the written instructions of the valve supplier. Service chemicals and service conditions are shown in the piping specifications in Division 15. 2. Except as otherwise specified, valve ends shall be socket -type designed for solvent welding. The valve manufacturer shall provide specific recommendations for solvent and primer. f 3. Valve material shall be the same as the piping service except as specified. a. PVC shall be Type 1, Grade 1, per ASTM D1784 classification, made from unplasticized r_ polymer, and generally suitable for service to 120°F. F20662S I S 100 15100-7 4/ 18/02 City of Lubbock Pilot Scale WTP Project 20662.335" b. CPVC shall be Type 1, Grade 11 per ASTM D1784, classification generally suitable for service to 180°F. c. Polypropylene (PP) shall conform to the material requirements of ASTM D4101 for copolymer polypropylene. d. PVDF (polyvinylidene fluoride) shall be manufactured from high molecular weight polymers of vinylidene fluoride. e. The manufacturer of the valves shall retain material source quality documentation and shall furnish it to the Engineer upon request. 4. Unless otherwise specified: a. O-rings, valve seats and stem seals shall be teflon, or teflon encapsulated elastomer. Alternative materials may not be substituted without complete documentation provided to the Engineer of service suitability. b. Gaskets shall be made from PTFE-bonded sheet material, GORE-TEX manufactured by W.L. Gore & Associates, AV Low -Torque gaskets by Asahi of America, or equal. c. Valve external hardware shall be'Type 316 stainless steel. No internal metallic components shall be exposed to the service fluid. d. No factory or field coatings shall be applied to the valves. 5. All valves, except butterfly valves shall have a non -shock service pressure rating of not less than 120 psig at 70°F. 6. All valves shall be given hydrostatic and pressure and leakage tests at the factory. Provide certified copy of test results. 7. Valves shall be the standard, catalogued products of the following manufacturers: a. Chemtrol b. Asahi/America c. Plast-O-Matic d. Hayward 8. Valves specified as furnished with equipment, or equipment systems shall comply with these requirements. B. Ball Valves 1. Ball valves shall be the double -union type, unless otherwise specified, with full -port opening. Ball valves, and all others, supplied for use with the hypochlorite system shall be socket -ends and solvent welded per paragraph 2.06.A.2 above. F20662S I5100 15100-8 4/18/02 City of Lubbock Pilot Scale WTP Project 20662.33599 2. Provide quarter -turn manual valve operator and valve scat adjustability. 3. Plastic valves in sodium hypochlorite service shall have the ball drilled to permit venting of pressure and gas from the confined ball cavity, when the valve is closed. The drilling shall vent to the upstream end of the valve. The drilling shall be 1/8-in opening, de -burred. An arrow shall be inscribed on the valve body to indicate direction of flow. C. Check Valves 1. Ball check valves shall be double -union style with socket ends, solid and completely spherical ball and capable of either horizontal or vertical mounting. 2. Swing Check valves shall be flanged, full -ported, with top entry access for disc inspection and removal. Furnish with outside lever and weight, with weight position along lever arm adjustable. D. Globe Valves 1. Plastic globe valves shall be socket welded and/or flanged as required, shall have rigid PVC stem, body, bonnet, gland and capnut with neoprene seat gasket and Teflon stem sealing. The valve shall be able to be serviced in the line and shall be by Asahi, or equal. E. Diaphragm Valves 1. Valves shall have flanged or double -union ends. 2. Valve body and bonnet shall be of solid PVC 3. Diaphragms shall be Teflon r> 4. The valve shall have a full -width weir, designed for throttling, and complete bubble -tight closure. 5. Provide a handwheel valve operator, with a stainless steel stem, a cast stem sleeve and a f clear plastic stem cover with a position indicator; provide an adjustable limit stop to prevent° overtravel. r-: t_ F. Needle Valves shall be designed for close control of flow throttling with a multi -turn valve handle. t-_ G. Backpressure Regulating/Control Valves F, 1. Spring -loaded diaphragm design, fully -adjustable pressure setting, set to assure continuous positive pressure at the pump discharge. 2. Furnish with teflon diaphragms and elastomer-coated springs. J H. Pressure Relief Valves 1. Angle -pattern design, with adjustable relief pressure and locking nut. Spring -loaded, with pressure adjustable over range up to 100 psig. F20662S 15100 15100-9 4/18102 City of Lubbock Pilot Scale WTP Project 20662.33599 2. The valve spring shall be elastomer-coated and isolated from the process now. Provide teflon diaphragms. 3. Relief valves shall be piped as indicated, and if not indicated, the relief piping shall be directed to the floor or adjacent gutter or drain. 4. Pressure relief valve settings shall be set to a pressure as recommended by the pump or equipment supplier and adjusted at the time of equipment testing, inspection and start-up. 2.08 PRESSURE REGULATING VALVES A. Pressure regulating valves shall be factory tested. Outlet pressure shall be easily field adjustable over the pressure ranges and meet the criteria noted on the Drawing. B. All pressure regulating valves shall have flanged connections, or shall have unions mounted in the pipe on each side of the valve. C. Strainers for installation upstream of pressure regulating valves are specified elsewhere. The pressure regulating valve manufacturer shall specify the screen mesh or size of perforations that are required to protect the regulating valve. The valve supplier shall furnish both valve and strainer. D. Pressure Regulating Valves - 2-in and Smaller 1. Pressure regulating valves 2-in and smaller shall be rated 150 psig working pressure, with bronze and brass body; renewable stainless steel seat and flexible diaphragm of suitable material. Outlet pressure shall be easily field adjustable over the pressure ranges tabulated. 2. Pressure regulating valves 2-in and smaller shall be Figure No. 43D as manufactured by GA Industries, Inc.; Model 30A by Bailey or equal. 2.09 SOLENOID VALVES A. Solenoid valves shall be packless piston type direct acting for sizes less than 1-in and internal pilot operated for sizes 1-in and larger, 2-way or 3-way valves and shall be ASCO Valve; Red Hat as manufactured by Automatic Switch Co., equal by Atkomatic Valve Co. or equal for air and water service. B. Valves shall be energized to open. C. Valves shall have forged brass bodies, NPT end connections of the connected piping Type 304 series stainless steel internal parts, and Buna-N or Ethylene Propylene valve seats. Valves shall have a minimum 150 psig safe working pressure and zero minimum operating pressure differential. Connections shall be threaded. 1. Except as otherwise specified herein, valves shall be as noted in PART 1 of this Specification. D. Solenoid valves on bypass piping shall be installed whether shown or not. E. Note that solenoid valves maybe shown on Electrical and/or Mechanical Drawings, or may only be specified. F20662S I5100 15100-10 4/18/02 City or Lubbock Pilot Scale VrP Project 20662-335" 2.10 CORPORATION STOPS AND STOP AND WASTE VALVES A. Corporation stops shall be of bronze or brass and shall be designed and manufactured in accordance with AWWA C800, except as modified herein. B. Corporation stops shall have Mueller inlet threads, except that corporation stops for use with service clamps shall have IPS threads. Where corporation stops are used with plastic pipe, a brass companion flange shall be provided on the outlet of each corporation stop. C. Stop and waste valves shall be similar to corporation stops as manufactured by Crane, Ford, McDonald, or equal. 2.15 PRESSURE RELIEF VALVES A. Pressure relief valves shall be for positive displacement pumps and shall be iron body, with Type 304 stainless steel trim and spring, 2-in size, with a relieving capacity equal to the pump capacity. Valves shall be threaded on inlet and outlet and shall have an outside test lever. Valve setting shall be adjustable in the range of 50 to 100 psi. 2.17 INSULATING FITTINGS A. Fittings shall be of type to provide control of electrolysis and equal to "Dielectric" as manufactured by Watts Regulator Co., or equal. 2.18 SURFACE PREPARATION AND SHOP COATINGS A. Not withstanding any of these Specifications, all coatings and lubricants in contact with potable water shall be certified as acceptable for use with that fluid. B. If not specified herein, coatings shall comply with the requirements of Sections 09901 and 09902. In case of a conflict, the requirements of this Section govern. 4 C. If the manufacturer's requirement is not to require finished coating on any interior surfaces, then manufacturer shall so state and no interior finish coating will be required, if acceptable to the Engineer. f: < D. As applicable, the exterior surface of various parts of valves, operators, floor -stands and miscellaneous piping shall be thoroughly cleaned of all scale, dirt, grease or other foreign matter and thereafter one shop coat of an approved rust -inhibitive primer such as Inertol Primer No. 621 shall be applied in accordance with the instructions of the paint manufacturer or other primer compatible with the finish coat provided. E. Unless otherwise noted, interior ferrous surfaces of all valves shall be given a shop finish of an asphalt varnish conforming to AWWA C509 (except mounting faces/surfaces), or epoxy AWWA C550 with a minimum thickness of 4 mil. F. Ferrous surfaces obviously not to be painted shall be given a shop coat of grease or other suitable rust - resistant coating. Mounting surfaces shall be especially coated with a rust preventative. G. Special care shall be taken to protect uncoated items and plastic items, especially from environmental damage. ,e i:20662SIS100 15100-11 4n9/02 City of Lubbock Pilot Scale WTP Project 20662-335" 2.19 FACTORY INSPECTION, TESTING AND CORRECTION OF DEFICIENCIES v A. Factory inspection, testing and correction of deficiencies shall be done in accordance with the _ referenced Standards and as noted herein. B. See Division l for additional requirements. Also refer to PART 1 of this Section, especially for required submission of test data to the Engineer. PART 3: EXECUTION 3.01 INSTALLATION - GENERAL A. All valves and appurtenances shall be installed per the manufacturer's instructions in the locations shown, true to alignment and rigidly supported. Any damage to the above items shall be repaired to the satisfaction of the Engineer before they are installed. B. Install all brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings, or otherwise required. Before setting these items, the Contractor shall check all Drawings and figures which have a direct bearing on their location. The Contractor shall be responsible for the proper location of valves and appurtenances during the construction of the Work. C. All materials shall be carefully inspected for defects in construction and materials. All debris and foreign material shall be cleaned out of openings, etc. All valve flange covers shall remain in place until connected piping is in place. All operating mechanisms shall be operated to check their proper functioning and all nuts and bolts checked for tightness. Valves and other equipment which do not operate easily, or are otherwise defective, shall be repaired or replaced at no additional cost to the Owner. D. Where installation is covered by a Referenced Standard, installation shall be in accordance with that Standard, except as herein° modified, and the Contractor shall certify such. Also note additional requirements in other parts of this Specification. E. Unless otherwise noted, joints for valves and appurtenances shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint and all valves and other items shall be installed in the proper position as recommended by the manufacturer. Contractor shall be responsible for verifying manufacturers' torquing requirements for all valves. 3.02 INSTALLATION OF MANUAL OPERATIONAL DEVICES A. Unless otherwise noted or required, all operational devices shall be installed with the units at the factory, as shown on the Drawings or as acceptable to the Engineer to allow accessibility to operate and maintain the item and to prevent interference with other piping, valves and appurtenances. B. For manually operated valves 3-in in diameter and smaller, valve operators and indicators shall be rotated to display toward normal operation locations. F20662S 15100 15100-12 4118/02 City of Lubbock Pilot Scale WTP Project 20662.33$99 3.03 INSPECTION, TESTING AND CORRECTION OF DEFICIENCIES A. See also Division 1. Take care not to over pressure valves or appurtenances during pipe testing. If any unit proves to be defective, it shall be replaced or repaired to the satisfaction of the Engineer. B. The various pipe lines in which the valves and appurtenances are to be installed are specified to be field tested. During these tests any defective valve or appurtenance shall be adjusted, removed and replaced, or otherwise made acceptable to the Engineer. C. Various regulating valves, strainers, or other appurtenances shall be tested to demonstrate their conformance with the specified operational capabilities and any deficiencies shall be corrected or the device replaced or otherwise made acceptable to the Engineer. 3.04 CLEANING A. All items (including valve interiors) shall be cleaned prior to installation, testing and final acceptance. 3.05 DISINFECTION A. Disinfection of valves and appurtenances on all potable water lines and where otherwise noted, shall be performed per AWWA C-601. END OF SECTION F20662515100.doc 15100-13 4l18l02 r. City of Lubbock Pilot Scale WTP Project 2002.335" SECTION 15140 PIPE HANGERS AND SUPPORTS PART l: GENERAL 1.01 SCOPE OF WORK A. Provide all labor, material, equipment and incidentals required as shown, specified and required to design, furnish and install the system of support, guidance and anchorage for all piping, valves and specialties. 1.02 RELATED WORK A. Painting is included in Section 09902. B. Piping and valves are included in Division 15. t C. Pilot plant description is included in Section 13500. 1.03 SUBMITTALS A. Submit for approval, shop drawings for the following: 1. Detailed drawings showing all hangers and supports for each piping system specified. Shop Drawings shall show location, installation, material, loads or forces and deflection ofall hangers and supports. 2. Manufacturers' catalogs, literatures and engineering data on all hangers and supports. Load ratings, materials and installation shall be consistent with the recommendations of the MSS SP-58 and MSS SP-69. 1.04 REFERENCE STANDARDS A. Comply with applicable provisions and recommendations of the following except as otherwise shown or specified. B. The Manufacturers Standardization Society of the, Valve and Fittings Industry (MSS) j 1. MSS SP-58 - Pipe Hangers and Supports - Materials, Design and Manufacture. 2. MSS SP-69 - Pipe Hangers and Supports - Selection and Application. F C. Federal Specification (FS) 1. FS WWH-171, Hangers and Supports, Pipe. D. American Society for Testing and Materials (ASTM) f 1. ASTM A575 - Standard Specification for Steel Bars, Carbon, Merchant Quality, M-Grades. F20662S15140 15140-1 4/1 sro2 City of Lubbock Pilot Scale WTP Project 20662.33599 E. Underwriters' Laboratorics, Inc. (UL) 1. Standard UL-203 - Pipe Hanger Equipment for Fire Protection Service. F. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Source Quality Control - Obtain each type of pipe hanger or support from no more than one manufacturer. 1.06 SYSTEM DESCRIPTION A. General 1. It is the intent of these Contract Documents that the pipe hangers and supports be provided for all piping systems as shown in or as described in the Contract Document. B. Design Requirements I . Contractor is responsible for the design of the pipe support system. 2. No pipe supports shall be wall or floor mounted requiring concrete inserts and anchor bolts. All piping and equipment shall be integrally mounted to and supported from the individual pilot plant modules. 1.07 DELIVERY, STORAGE AND HANDLING A. All materials shall be inspected for size, quality and quantity against approved Shop Drawings upon delivery. B. All materials shall be packed, labeled and stored in a covered dry location until time of installation PART 2: PRODUCTS 2.01 GENERAL A. Design criteria for the fabrication of the pipe hangers and supports shall conform to the following criteria: 1. Accurate weight balance calculations shall be made to determine the required supporting force at each hanger location and the pipe weight load at each equipment concentration. 2. Pipe hangers shall be capable of supporting the pipe in all conditions of operation. They shall allow free expansion and contraction of the piping and prevent excessive stress resulting from transferred weight being induced into the pipe or connected equipment. 3. Hangers shall be designed and installed so that they cannot become disengaged by movement of the supported pipe. F20662s I5140 15140-2 4/18/02 City or Lubbock Pilot Scale wrP Project 20662.335" B. The hangers and supports shall meet with the following requirements: 1. Standard and fabricated hangers and supports shall be furnished complete with necessary inserts, bolts, nuts, rods, washers and other accessories. 2. All ferrous rods, clamps, hangers, inserts, anchor bolts, brackets and components for pipe supports shall be furnished with galvanized finish, hot dipped or electro-galvanized coated. 3. Run piping in groups and parallel to pilot plant modules where practicable. Provide minimum clearance of 1-in between pipe and other work. 4. Install hangers or supports at all locations where piping changes direction. 5. All hangers and supports shall be capable of adjustment after placement of piping. 6. Each type of hanger or support shall be the product of one manufacturer. Types of hangers or support shall be kept to a minimum. E 7. Vertical piping shall be supported at each floor and between floors by stays or braces designed to prevent rattling and vibration. i S. Hanger rods shall be straight and vertical. Chain, wire, strap or perforated bar hangers shall not be used. Hangers shall not be suspended from piping. 9. Prevent contact between dissimilar metal by use of copper plated, rubber or vinyl coated, or stainless steel hangers or supports. 10. Thin walled stainless steel piping shall be isolated from carbon steel by use of plastic coated hangers or supports. 11. Hangers and supports shall provide for expansion throughout the full operating temperature range. F 12. Provide lateral support, anchors and guides for all pipelines in which expansion joints are .< installed. Anchors and guides shall be in accordance with the recommendations of the manufacturer of the expansion joints. 2.02 HANGERS AND SUPPORTS A. Hangers and supports shall be in accordance with MSS SP-58. Special hangers and supports shall be in accordance with details shown on the Drawings. B. Provide hangers and supports as manufactured by one of the following. No substitutes will be considered. i �- 1. ITT Grinnell Company. 2. Carpenter & Paterson Inc. C. Fabricated Steel Hangers and Supports. F20662S I S 140 15140-3 4/ 18/02 t city or Lubbock Pilot Scale WrP Project 20662-335" i . Fabricated steel hangers and supports shall be of materials and design conforming to the standards of MSS SP-58 and as required for the specific piping system. D. Hanger rod steel shall conform with ASTM A575, with square head nut on top and running thread on the bottom end. 1. Minimum size single hanger rods shall be in accordance with the schedule below unless otherwise shown or specified. Double rods used for pipe 8-in and greater may be 1/4-in less in diameter than indicated. Pipe Size (inches) Rod Diameter (inches) Less than 2 3/8 2-1/2 1/2 4 through 6 3/4 8 through 12 7/8 E. Concrete inserts shall NOT be used. All piping shall be supported from the pilot plant modules to the greatest extent possible. F. Steel beam clamps shall be of malleable iron and conform to MSS SP-58. 2.03 SURFACE PREPARATION AND SHOP COATINGS A. Except where otherwise specified shop painting and coatings shall conform to manufacturers best standard finish. Field painting shall be as specified in Section 09902. Galvanized and stainless steel surfaces shall not be painted. PART 3: EXECUTION 3.01 PREPARATION A. Locate hangers, supports and accessories to support piping, valves and at all concentrated loads. B. Locate hangers, supports and accessories within maximum span lengths specified to support continuous pipeline runs. C. Locate hangers and supports to prevent vibration or swaying and to provide for expansion and contraction. D. Install hanger and support units on piping systems as recommended by manufacturer. E. All plastic piping shall be supported by plastic -coated steel pipe attachments 3.02 INSTALLATION A. Supports and Hangers for Horizontal Pipes 1. Maximum space supports and hangers for all piping no farther apart than indicated below unless _ otherwise shown. F20662S 15140 15140-4 4/18/02 City of Lubbock Pilot Scale WTP Project 20662-335" a. Plastic Pipe: (1) 1-in and Smaller: 34 (2) 1-1/2-in and Larger: 5-ft. 2. Additional supports shall be placed immediately adjacent to any change in piping direction, and on both sides of valves and couplings. B. Supports for Vertical Piping 1. Where riser clamps are used with plastic piping they shall be modified so as not to exert any compressive forces on the pipe. 3.03 ACCEPTANCE AND SERVICE A. All pipe systems shall be brought to operating pressures and temperatures. Systems shall be cycled to duplicate operating conditions. All malfunctions shall be convected. Contractor shall famish all labor and materials to readjust and convect faults with hangers and supports for the piping systems. END OF SECTION F20662S I5140 15140-5 4/18/02 RAPID MIX INJECTION PUMP 5 GPM o 40 FT BY OWNER PDiT RAW WATER W/ POTASSIUM PERMANGANAT RAW WATER COAGULATED WATER (WTP) FLOCCULATED WATER (WTP) SETTLED WATER (WTP) 2" BALL-/ VALVE (TYP) CDM Camp Dresser & McKee THREADED CLEAN -OUT PLUG (TYP) TURBINE FLOWMETER W/ SET -POINT CONTROLLER I I I STRAINER VSD 2" PVC INFLUENT PUMP 15 GPM o 40 FT T a e N ITO RAPID MIX/ FLOC. MODULE TO RAPID MIX/ FLOC. MODULE BALL VALVE (TYP) TO ALT./FUTUF UNIT PROCESS 1/2" SAMPLE CHEMCAL BLDG - MAIM FLOOR CHEMAL BLDG - LOWER FLOOR 1/2" DRAIN (TYP) 1/2" SAMPLE Figure No. 2 LUBBOCK PILOT PLANT RAW WATER MODULE COAGULANT 1/4" CHEMICAL PADDLE -WHEEL INJECTION NOZZLE FLOCCULATOR (W/VSD) (TYP OF 3) 1/4" PVC UNION (TYP) 1-1/2" STATIC MIXER 40NIUM SULFATE (LAS) ACTIVATED CARBON u SPARE SODIUM HYPOCHLORITE FROM FUTURE UNIT PROCESS 1-1/2" BALL VALVE (TYP) RAPID MIX BASIN 1 BASIN ]COMPARTMENT 12"W x 12"L x 18"H DEPTH = 14.5" VOLUME - 9.1 GAL HDT Q 10 GPM. 54 SEC 2" PVC OVERFLOW N U_ 0 a DRAIN a N 2" PVC Y I" PVC DRAIN 1/2' SAMPLE 1 (TYP OF 3) THREADED CLEAN -OUT PLUG (TYP) ULATION BASIN 1 BASIN 3 COMPARTMENTS 30"W x 30'L x 36"H DEPTH - 31.5" VOLUME - 123 GAL EACH HDT a 10 GPM. 12.3 MIN EACH BASIN HDT o 10 GPM. TOTAL 36.9 MIN G-10-808" TO SED. MODULE SEE FIG. NO. 18 Figure No. 3 LUBBOCK PILOT PLANT CDM Camp Dresser & McKee RAPID MIX AND FLOCCULATION MODULE L_. L_ L_ 60" TWO (2) 2" I.D. FIVE (5) 3/4" f BULKHEADS 12" BTWN ` HOLES AT 4" O.C. 4" (TYP) 1-1/2" PVC TOTAL VOLUME 314 It l GALLONS ° HOT o 10 GPM - 31.4 MINUTES :SEE M RM/ EFF SLR 0 10 GPM ■ 0.25 GPM/SF (MIN.) DUL ° (ALL PLATES) 32" FIG. NO. 3 ° SLR 0 10 GPM ■ 1•I0O PLATESMAX.)° 2"PVC M WTP OVERFLOW F C. BASINS rr 4" 1/2" DIA. HOLE ITYP) PLAN FROM WTP N.T.S. FLOC. BASINS SALL 23.7"t BALL VALVE ' (TYP) FROM FLOCC. 3•• 2" O.C. 2" PVC MODULE (TYP) OVERFLOW SEE FIG. NO. 3 r S. 3 O J 60• YDRAIN 34.6" 1/2" 1/4" SAMPLE SAMPLE € 43.5" X 24" c►i �n REMOVABLE H PLATE v SETTLERS 24.4" CHAIN AND FLIGHT Y W/TIMER t 0 CARBON r— 10 1 4ONTACT TANK 7.SEE FIG. NO. 5 �:- 1" SLUDGE VALVE t 2" DRAIN S W/ TIMER SECTION { ` 1" SAMPLE W/ N.T.S. DIAPHRAGM VALVE �: TT r Figure No. 4 LUBBOCK PILOT PLANT CM Camp Dresser & McKee SEDIMENTATION MODULE CARBON CONTACT TANK (55 GAL) FROM SED. MODULE ' SEE FIG. N0. 3 DIFFUSER 2" PVC I BYPASS FROM AIR SCOUR SYSTEM TO GRAVITY 3/4" PVC !.TER MOD. -i" BALL VALVE (TYP OF 2) 2" PVC OVERFLOW CHEMICAL INJECTION FIT SPARE DRAW TO GRAVITY H.TER MOD. REDUCER 1 (AS NEEDED) vso 1/2" SETTLED WATER BALL TRANSFER PUMP VALVE 5 GPM (TYP OF 2) Y TRAIN (TYP) 1-1/2" PVC TO FUTURE 1/2" BALL VALVE (TYP) Figure No. 5 LUBBOCK PILOT PLANT CM Camp Dresser & McKee SETTLED WATER TRANSFER PUMP MODULE l----- L. L_ :. L._- L= _ L.:�.._; L L _ MODULE 1/4" SAMPLE k TAP (TYP) 3/4" PVC jT0 GRAVITY ILTER NO. 2, r------- ------------------ ---------------------------------------- 1 i FILTER CONTROL LOOP ------------------ AIR �R BEAK J ROM TRANSFE I" PVC UMP MODULE 3/4" PVC WASHWATER DRAIN SEE FIG. NO. 4-------------------- PDIT HEADLOSS MONITORING 1/4" SAMPLE TAP (TYP) 1 i i i i i i i AIR FROM WATER BW SYSTEM NOTE GRAVITY FILTER MODULE INCLUDES TWO IDENTICAL FILTER COLUMNS. ONE SHOWN FOR CLARITY. 16.5" ANTHRACITE 6" DIA. CLEAR PVC COLUMN 9" SILICA SAND 4.5" HIGH DENSITY SAND IMS SUPPORT CAP PERFORATED � PLATE 1/2" PVC i i 3/4" PVC I TO DRAIN 3/4" BA FLOW CONTROL VALVE Y SAMPLE TAP 1 DH �AR T caw. j TI RAIN (TYP) Figure No. 6 LUBBOCK PILOT PLANT CDM Camp Dresser & McKee GRAVITY FILTER MODULE FROM PO f AHLE WA i _CONNFCT►ON _ BY OWNER BACKFLOW PREVENTER PRESSURE REDUCING VALVE BACKWASH WATER SYSTEM SCHEMATIC N.T.S. ( p RECEIVER TANK O PRESSURE ROTAMETER OIL -FREE REDUCING W/ CONTROL AIR COMPRESSOR VALVE VALVE BACKWASH AIR SCOUR SYSTEM SCHEMATIC N.T.S. ROTTAAMEETER ---1 0 f- CHECK VALVE TO FILTER MODULE SEE FIG. NO. 6 PILOT -PLANT SERVICE WATE TO CARBON CONTACT TANK SEE FIG. NO. 5 TO FILTER MODULE SEE FIG. NO. 6 N m I Figure No. 7 LUBBOCK PILOT PLANT CM Camp Dresser & McKee FILTER BACKWASH MODULE P` o i i COAG SODIUM AMMONIA ACTIVATED ALUM SPARE SPARE I POLYMER HYPOCHLORITE CARBON ' CHEMICAL FEED SYSTEM CHEMICAL FEED METERING PUMPS (INCLUDES I -SPARE PUMP PER TYPE) SIX (6) DIAPHRAGM TYPE AND TWO (2) PROGRESSIVE CAVITY TYPE SIX (6) HDPE STORAGE TANKS 6 - 15 GAL EACH. i - 30 GAL TWO (2) MIXERS (COAG POLYMER AND ACTIVATED CARBON) INCLUDE (EACH SYSTEM): CHECK VALVE. BACK PRESSURE VALVE. PRESSURE GAUGE. PRESSURE RELIEF VALVE. RETURN LINE. CAL. COLUMNS (MOUNT PUMP BELOW TANK LEVELS) VARIABLE STROKE MANUAL ADJUSTMENT 120V A/C CM Camp Dresser & McKee Figure No. 8 LUBBOCK PILOT PLANT CHEMICAL FEED SYSTEMS MODULE