HomeMy WebLinkAboutResolution - 2022-R0190 - Change Order 3 to Contract 14965 with MH Civil ConstructorsResolution No. 2022-RO190
Item No. 7.22
April 26, 2022
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
and on behalf of the City of Lubbock, Change Order No. 03 to that certain Contract No. 14965
and between the City of Lubbock and MH Civil Constructors, for North WTP Improveme
Project No. 3 & South WTP Uprating as per RFP 20-14965-TF, and related documents. S
Change Order No. 03 is attached hereto and incorporated in this resolution as if fully set fc
herein and shall be included in the minutes of the City Council.
Passed by the City Council on April 26, 2022
DANIEL M. POPE, MAYOR
ATTEST:
Garza, City Secretary
AS TO CONTENT:
Jesica Mc ern, Assistant anager
APPROVED AS TO FO .
0ellisure, Assistant City Attorney
ccdocs/RES.ChgOrd#3-Contract 15875 MH Civil Const. - WTPs
4.11.22
Office of Purchasing and Contract Management
Change Order
Contract No: 14965
Contractor: MH Civil Constructors
Change Order No: 3
Contract Title: North WTP Improvements Project No. 3
& South WTP U mtin
Bid/RFP No: RFP-20-14965-TF
Project No: CIP 92539.9241.30000 & 92353.9241.30000
"Change Order" means a written order to a Contractor, executed by the Owner, in accordance with the Contract authorizing an addition to, deletion
from, or adjustment or revision of the requirements of the Contract documents, or an adjustment to the compensation payable to the Contractor, or to
the time for performance of the Contract and completion of the project, or a combination thereof, which does not alter the nature of project and is an
integral part of the project objective. Adjustments to "Estimated Quantities" to a line time in a Unit Price Contract do not require a Change Order. All
work that alters the nature of the construction or that is not an integral part of the project objective must be let out for public bid.
Description of Change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction not covered by the
s ecitications and drawings of the project, attached additional pages is necessary:
The purpose of this Change Order:
A. North WTP — R&R Grout in Sed Basin Floor (add 238 SF) $7,378.00
B. North WTP — Polyur. Inject cracks in SB Walls ($20,000.00)
C. F&I Concrete Sidewalk ($3,300.00)
D. F&I Flowable fill incl: surface prep, ccrt finish ($4,410.00)
E. F&I Crushed stone embedment for trench stab ($4,300.00)
F. North WTP Extra footage of 24" dia. drilled piers ($1000.00)
G. North WTP - R&R HMAC pavement ($13,000.00)
H. Additional signage (Allowance) ($1,000.00)
1. Temporary electrical generator to control room ($100,000.00)
J. Install 6" Pratt Compact Check Valve $2,500.00
K. Relocate existing light pole in conflict with HMAC pavement $9,200.00
L. Transformer feeder size increase, LS $5,005.00
M. Electrical additional cables for level controls, LS $16,090.00
N. SCADA mods to LCP-BSB-6100 panel& LIT 6100, LS $4 840.00
Where the Change Order is negotiated, the Change Order must be fully documented and itemized as to costs, including material quantities, material
costs, taxes, insurance, employee benefits, other related costs, profit and overhead. Where certain unit prices are contained in the initial Contract, no
deviations are allowed in computing negotiated change order costs.
ITEMIZED COSTS MUST BE FULLY DOCIIMF.NTF,D AND ATTACHFn Tn THIR IMPAi
ITEM
DESCRIPTION
AMOUNT
A.
ORIGINAL CONTRACT VALUE:
$15,000 000.00
B.
AMOUNT OF THIS CHANGE ORDER: Note: Council approval required if (i ±-) $50,000
$101 997.00
COST CENTER: 4545 1 ACCOUNT: 92539.9241.30000 & 92353.9241.30000
C.
PERCENT OF CONTRACT VALUE THIS CHANGE ORDER /A
0.99%
D.
AMOUNT OF PREVIOUS CHANGE ORDERS:
$821,124.00
E.
TOTAL AMOUNT OF ALL CHANGE ORDERS B+D
$719 127.00
F.
PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 25% maximum)
5.0%
G.
NEW CONTRACT AMOUNT A+E :
$15 719 127.00
It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change Order constitutes full compensation
to the Contractor for all costs, expenses and damages to the Contractor, whether direct, consequential or otherwise, in anyway incident to, or arising
out of, or resulting directly or indirectly; from the work performed or modified by the Contractor under this Change Order.
This Change Order is not valid without the following signatures (please sign in order and return 3 originals with the Contract Cover Sheet to
Purchasing and Contract Management department):
W..yn..e w..� US, E.mpuN�plummm.can,
3/21 /2022 ® �"'P'° 3/16/2022
�.«3.,e,o.09��
(1) Contractor
(3) O er's ep ntattve
t Ps
(5) Capital Project Manager
Date
M161101"Z
Dit,
Ll11 aao- 1�
Date
(2) Project Architect/Engineer
Date
09. �-
Date
Date
PUR-45 (Rev 08/2018)
PLUMMER
PROJECT: North WTP Improvements Project No. 3
& South WTP Uprating
OWNER: City of Lubbock
CONTRACTOR: MH Civil Constructors Inc.
ENGINEER: Plummer Associates, Inc.
CHANGE ORDER NO.: 3
CHANGE ORDER FORM
PROJECT NUMBER: Lubbock No.
14965
Plummer 0425-
029-02
DATE: 02/08/2022
Make the following additions, modifications or deletions to the work described in the Contract
Documents:
The purpose of this Change Order:
A. North WTP — R&R Grout in Sed Basin Floor (add 238 SF) $7,378.00
B. North WTP — Polyur. Inject cracks in SB Walls ($20,000.00)
C. F&I Concrete Sidewalk ($3,300.00)
D. F&I Flowable fill incl: surface prep, ccrt finish ($4,410.00)
E. F&I Crushed stone embedment for trench stab ($4,300.00)
F. North WTP — Extra footage of 24" dia. drilled piers ($1000.00)
G. North WTP — R&R HMAC pavement ($13,000.00)
H. Additional signage (Allowance) ($1,000.00)
I. Temporary electrical generator to control room ($100,000.00)
J. Install 6" Pratt Compact Check Valve $2,500.00
K. Relocate existing light pole in conflict with HMAC pavement $9,200.00
L. Transformer feeder size increase, LS $5,005.00
M. Electrical additional cables for level controls, LS $16,090.00
N. SCADA — mods to LCP-BSB-6100 panel & LIT 6100, LS $4,840.00
The compensation agreed upon in this Change Order is full, complete and final payment for all costs the
Contractor may incur as a result of or relating to this change whether said costs are known, unknown, foreseen
or unforeseen at this time, including without limitation, any cost for delay, extended overhead, ripple or impact
cost, or any other effect on changed or unchanged work as a result of this Change Order.
ORIGINAL CONTRACT AMOUNT
$15,000,000.00
PREVIOUSLY APPROVED CHANGE ORDER AMOUNT
$671,900.00
ADJUSTED CONTRACT AMOUNT
$15,821,124.00
PROPOSED CHANGE ORDER AMOUNT
($101,997.00)
REVISED CONTRACT AMOUNT
$15,719,127.00
PREVIOUS CONTRACT TIME
600
PREVIOUS SUBSTANTIAL COMPLETION DATE
12/07/2021
PREVIOUS FINAL COMPLETION DATE
02/05/2022
NET CHANGE IN CONTRACT TIME
0
REVISED CONTRACT TIME
668
REVISED SUBSTANTIAL COMPLETION DATE
02/03/2022
REVISED FINAL COMPLETION DATE
04/04/2022
RECOMMENDED BY
PLUMMER
13I9"1y signed by Marshall Plunk
® Plummer, uN.MarshalI Plunk
Date: 2022.03.1611:19:37-05100'
NAME DATE
CHANGE ORDER FORM
APPROVED BY APPROVED BY
MH CIVIL LUBBOCK
NAME
3/11 /2022 L4 zv&z--
DATE �AME DATE
PLUMMER
PROPOSED CONTRACT MODIFICATION
T
PROJECT: North/South Plant Improvements Phase 3
OWNER: City of Lubbock
CONTRACTOR: MH Civil Constructors
ENGINEER Plummer, Inc.
DESCRIPTION: 6" Pratt Check Valve
NO.08
NOTIFICATION BY ENGINEER
The Engineer proposes to make the additions, modifications, or deletions to the Work described in the
Contract Documents, as shown in Attachment "A" and requests that you take the following action:
❑ Notify us that you concur that this change does not require a change in Contract time or
amount and issue a Field Order.
® Issue a Change Order for performing the described change. Change in Contract amount is
indicated in the attached detailed cost breakdown of labor, materials, equipment and all other
costs associated with this change. Impacts on Contract Time are shown in the attached revised
schedule.
❑ Authorize the Contractor to proceed with the described change. Payment will be requested at
the unit price bid.
❑ Authorize the Contractor to proceed with the change under the time and materials provisions of
the Contract.
By: Marshall Plunk Date: 9/22/2021
CONTRACTOR'S RESPONSE
We respond to your request as follows:
❑ We concur that this is a no cost or time change. See attached/forthcoming Field Order
No.—/ comments.
❑ Your proposal is recommended to the Owner. See attached/forthcoming proposed
Change Order.
❑ Proceed with the change at the unit price bid.
❑ Proceed with the change under the time and materials provisions of the Contract.
❑ Additional information is required to evaluate this request. Provide information as
described in the attached comments and resubmit.
❑ Proposed Contract Modification is not accepted.
By: Date: c7 i ck or tap to enter a
date.
:A
.
eeded
from the plain
end
Trim pipe as r
inserted at the Tee,#'..,�-0•t�' .. • t }1`:i
MJ fitting.
. �' ���.. • _ ? � . ; .emu ; .
- J.
AA•. - .. _ ,,. • •:Y-� "_fir..-r.'.i .'
IRV,
�T.f., .- fr. ., vN,j'y�'"•�-1ry.�-ii�%'.':��:� ;1_•:-�I- .._ •0'�.'y y`; I�,�,rt _a
Install 6" Pratt
Compact Check iL�
Valve, to the right ;4
(west) of the gate
valve
. ; between the
gate
� •� Jrt�. fry valve flange and pipe
.. `f��•�'''.� � , .l_ �_y�(�g
Alange
720G Wafer and TABLE OF CONTENTS PAGE
General Information / Installation 2
Installation /Operation 3
821G Globe Style
Troubleshooting / Assembly 4
Parts Information 5
Silent Check
Valves
AWARNING:
1. Read all applicable directions and instructions prior to any maintenance,
troubleshooting or installation.
2. Personnel involved in the installation or maintenance of valves should be constantly
alert to potential emission of pipeline material and take appropriate safety precautions.
Always wear suitable protection when dealing with hazardous pipeline materials.
3. Order parts from your local Pratt sales representative or directly from Pratt When
ordering parts, please include the serial number located on the valve tag.
NOTE. 'WARNING' and 'CAUTION' messages (flagged with an exclamation symbol)
Indicate procedures that must be followed exactly to avoid equipment damage,
physical Injury, or death.
F 13809 11/18
rM'U 1E L L E :R
OVERVIEW
This manual will provide the owner of a Wafer or Globe style silent check valve the
information to operate and maintain the valve to ensure a long and satisfactory
operating life. The silent type check valve is built with stainless trim to give years
of trouble free operation. The silent type check valve can be installed in either
horizontal or vertical pipelines that carry clean water or air. This valve is not
intended to carry fluids containing solids such as raw sewage or wastewater. This
valve is not suited for fluids that contain hazardous gases.
The silent type check valve is designed to provide flow in the direction of the
arrow marked on the outside nameplate, and instantaneously close upon sensing
flow reversal. The nameplate will also indicate valve size, model number, working
pressure and materials of construction.
Valve Construction
The standard silent check valve body is made from ductile iron. The balance of the
internal wetted components are made from type 304 stainless steel. The disc and
spring are the only moving parts and require no lubrication or maintenance.
The body seat is retained into the body by cap screws. Removing these cap screws
will allow complete disassembly of the check valve. The cap disc screws WILL
NOT retain the seat inside the check valve if the upstream pipe is removed. The
pipeline must be de -watered before removing the upstream pipe.
Receiving and Storage
When valves arrive on site they should be inspected for any shipping damage.
Valves should be off loaded from their carrier without being dumped or dropped.
When lifting the valve use lifting straps around the body and never lift a valve with
straps or chains through the body.
Valves should remain in their original shipping container until ready to install into
the pipeline. This will prevent any weather related damage to occur and void the
warranty. For extended periods of storage the container should remain closed so to
not expose the valves seat materials to direct sunlight or ozone.
Maintenance Free
The silent check valve is lubrication and maintenance free. Once the silent check
valve is installed correctly it will provide the end user many years of trouble -free
service.
INSTALLATION
The silent check valve is installed in
the pipeline between two flanges. The
flow arrow that is stamped on the
nameplate must point in the direction
of fluid flow when the pump is running
or when the system is in operation.
The valve can be installed either
horizontally or vertically, with flow
either up or down. For ease of future
reference install the valve with the
nameplate in the visible orientation.
The valve will be installed between
two flanges in accordance with ANSI
1316.1, Cl. 125, ANSI 616.5 Cl. 150
or AWWA C207, Cl. D or E. Flange
faces must be flat faced and flanges
with raised faces cannot be used. The
flange gasket must have a material
thickness of :V16' or more, and must
overlap the body seat to ensure a seal
between the seat and the body.
A CAUTION: DO NOT Install valves
between flanges with raised faces.
Damage to check valve will occur.
WAFER SILENT CHECK VALVE
GLOBE STYLE CHECK VALVE
Lower valve into position between
mating flanges using slings or chains
wrapped around valve body.
Maintenance
No Maintenance or lubrication is
required.
Spare Parts
Stocking of spare parts is not
recommended.
2
Installation Requirements
Flange
EW"10F.11111II1
. , 1
Pipe Line
WAFER STYLE
Gasket
c
_) FLOW
-
Spring
E
E
E
l i
Seat
IBody
Disc
Gasket
GLOBE STYLE
�
I �
-j-J_) 1�
FLOW
i
Seat
Body
Disc
Spring
DESCRIPTION OF OPERATION
The silent type check valve is
designed to prevent flow reversal in
applications where this situation can
occur. In pumping applications the
pump will start the flow of water in the
direction that is noted below.
The flow of water will push against the
disc and force it back away from the
body seat. The water will then flow
through the valve between the disc
and body seat, as long as the water
pressure keeps the valve open. When
the pump stops and water ceases to
flow the spring behind the disc will
push the disc closed against the body
and seal off the flow of water in the
opposite direction. The disc closure
occurs before the flow of water can
reverse thus silencing the operation of
the check valve. Typical check valve
operation will cause valve slam or
water hammer which is due to some
degree of flow reversal.
NOTES:
1. Flat flanges and ring gaskets (rubber or compressed fiber) are
required.
2. The mating companion flange I.D. must overlap the valve seat.
This is required to provide proper seat retention.
3. The flange gasket must be properly centered and of the size
indicated. This is required to achieve a seal between the seat
O.D. and the body I.D. interface area.
Valve Size
(inches)
Max. Allowable
Flange I.D.
(inches)
STANDARD
Gasket
I.D.
(inches)
RING GASKET
O.D. for 125 lb
Wafer Silent
Check Valve (inches)
DIMENSIONS
O.D. for 125 lb
Globe Style
Check Valve (inches)
2
2.76
2.56
4.09
4.09
2.5
2.76
2.87
4.84
4.84
3
3.35
3.50
5.35
5.35
6
6.50
6.42
8.66
8.66
8
8.27
8.46
10.67
10.67
10
10.24
10.16
13.03
13.03
12
12.40
12.20
14.84
14.84
14
14.37
13.98
-
17.32
16
16.34
16.34
-
19.29
18
17.72
17.72
-
21.26
20
19.88
19.88
-
23.43
24
24.25
24.02
r
28.15
The only moving parts in the silent
check valve are the disc and spring.
The disc is centered over the body
seat by a front and back post which
rides in a front and back bushing. In
between the back side of the disc and
downstream bushing is the spring.
WAFER SILENT / GLOBE STYLE CHECK VALVE OPERATION
Bushing Body
Body
Bushing
Seal
Seat
ea
� 1
I •
�aSpring
Disc 0 Disc
Spring Seal
FLO
Seat
WAFER SILENT
CHECK VALVE GLOBE STYLE CHECK VALVE
TROUBLESHOOTING
—�`A1118LEITI
Valve experiences noisy vibration
• Flow velocity needs to be at least 4 feet per second or better.
or emits a chatter sound
• Noise sound like rocks flowing through pipe may indicate cavitation and
flow is too high.
• Air could be in the flow media thus creating inconsistent flow density.
• Elbow directly upstream may cause turbulent flow pattern thus
inconsistent media pressure may occur - Three pipe diameters of
straight pipe upstream is the recommended practice of proper check
valve placement.
Valve Leakage
• Verify upstream gasket overlaps body seat.
• Metal to metal seated valves may require re -lapping.
• Debris caught in valve.
Valve does not allow flow to occur
• Verify flow arrow is in proper orientation.
• Verify debris is not in line.
Valve Slams
• Spring may have broken.
• Disc bushing is getting clogged with debris - disc is getting stuck open.
DISASSEMBLY/REASSEMBLY
Disassembly
ACAUTION: Alwaaaaaaal work
performed on any check valve
should be made when the valve Is
fully removed from the pipeline and
executed by a trained mechanic
using the correct tools.
1. Lay valve flat on bench with body
seat facing up and flow arrow facing
down. Using a piece of bar stock
place the bar stock across the seat
face and secure with two C-clamps
to the body flange. Remove the cap
screws that hold the seat in place.
Slowly back off the C-clamps to relieve
pressure the disc spring is imposing
onto the disc and seat. The spring
will relax and then it is ok to remove
the seat. Inspect the seating face and
resilent seat for wear.
2. Lift the disc from the body. Inspect
the disc shafts and seating surface
for wear. Minor dents and dings are
normal, but significant wear areas will
allow leakage to occur and a new seat
will be required.
3. Remove disc spring and check
overall condition for wear or cracks.
Wear is normal but cracks indicate
a potential failure and should be
replaced.
4. Remove bushing and inspect for
wear. The bushing ID should be about
1/32" larger than the OD of the disc
pin. A bushing with an ob-round ID
condition should be replaced.
Reassembly
NOTE: Prior to assembly all parts
should be cleaned and body gasket
faces should be wire brushed to
remove any residual gasket material
to ensure an effective sealing
surface. Never use old or used
gaskets during installation.
1. Insert bushing into body.
2. Place spring on disc shaft and
insert disc shaft into bushing thus
retaining spring between bushing and
disc.
3. Install seat with retaining screws.
Body seat may need to be clamped
down with C-clamps and bar stock
in order to get screws engaged into
body.
4. Install valve into pipeline using new
gaskets. Tighten bolts around flange
in a star pattern to achieve and even
tightening of the flange around the
valve.
4
3
ej
0
PARTS LIST
DESCRIPTIONID
.,
1
Body
Ductile Iron ASTM A536
2
Seat
304 Stainless Steel
3
Disc
304 Stainless Steel
4
Stem
304 Stainless Steel
Wafer Style: Spring
316 Stainless Steel
5
Globe Style:
Spring 2" -16"
316 Stainless Steel
Spring 18" -24"
304 Stainless Steel
6
Guide Bushing
Bronze ASTM B584
7
Seal
EPDM
Wafer Style: Steel Ball
304 Stainless Steel
8
Globe Style:
Steel Ball (2" -12")
316 Stainless Steel
Seat 0-Ring (14" - 2411)
EPDM
9
Wafer Style: Set Screw
316 Stainless Steel
Globe Style: SHCS
304 Stainless Steel
TO ORDER: Contact our Parts Department.
Pratt
401 South Highland Avenue
Aurora, IL 60506-5563
Attn: Parts Manager
630.844.4000
When ordering parts, please include the serial
number located on the valve tag and description of
part requested.
MUELLER® I ECHOLOGICS® I HYDRO GATEm I HYDRO-GUARDm I JONESm I MI.NET® I MILLIKEN- I PRATT® I SINGER® I U.S. PIPE VALVE & HYDRANT
1.800.423.1323 - www.prattvalve.com - moreinfo@muellercompany.com
INTERNATIONAL-1.423.490.9555 - www.mueller-international.com - international@muellercompany.com
Mueller refers to one or more of Mueller Water Products, Inc., a Delaware corporation (`MWP-), and its subsidiaries. MWP and each of subsidiaries are legally
separate and Independent entities when providing products and services. MWP does not provide products or services to third parties. MWP and each of Its M u E L L E R
subsidiaries are liable only for their own acts and omissions and not those of each other. MWP brands Include Mueller®, Echologics®, Hydro Gate®, Hydro
Guard®, Jones®, Mi.Net®, Milliken®, Pratt®, Singer®, and U.S. Pipe Valve & Hydrant. Please see www.muellerwp.com/about to learn more.
Copyright ® 2018 Henry Pratt Company, U-C. All Rights Reserved. All Rights Reserved. Thetrademarks, logos and service marks displayed in this document are
the property of Mueller Water Products, Inc., its affiliates or other third parties. Products above marked with a section symbol (§) are subject to patents or patent applications. For details, visit www.mwppat.
com. These products are intended for use in potable water applications. Please contact your Mueller Sales or Customer Service Representative concerning any other application(s).
SIZE
L
L1
OD
OF
OA
PCD
N-0
WEIGHT(LBS)
2"
2.63
3.03
2.68
4.33
2.52
4.75
4-0.75
4.75
2.5"
2.87
3.07
3.07
5.35
2.83
5.50
4-0.75
8.00
3"
3.13
-
3.54
5.98
3.38
6.00
4-0.75
12.80
4"
1 4.00
-
1 4.25
7.00
4.50
7.50
8-0.75
15.50
6"
5.50
-
6.38
9.72
6.38
9.50
8-0.875
37.50
8
-
-01575-0.00
8.27
9.13
10.67
15.8910.0614.25
12-1
132.50
12"
11.26
12.28
12.24
16.3412.1217.00
12-1
176.50
REV
ECN
DESCRIPTION
DATE
DWN
APP
1
N/A
UPDATED PER DRAWING SUPPLIER
LATEST2
6/18/18
JUR
JR
N/A
UPDATED TITLE REMOVED 5"GASKET
7/13/18
JUR
3
N/A
ADDED L1
DIMENSION
4/17/20
TT
JL
NOTES:
1. FLAT FLANGES AND RING GASKETS (RUBBER OR
(`()MPRFg4Fn FIRFRI ARF RF(11IIRFII
i�
PLUMMER
T PROPOSED CONTRACT MODIFICATION
PROJECT: North/South Plant Improvements Phase 3
OWNER: City of Lubbock
CONTRACTOR: MH Civil Constructors
ENGINEER: Plummer, Inc.
DESCRIPTION: Modifications as described in Attachment A including:
A. Remove work indicated in the specifications 01105 Sequence of Construction paragraph 1.4
and Bid Item 13.
B. Added RPZ on the 6" Potable Water Line.
C. Relocate existing light pole that is conflicting with the HMAC paving.
PCM NO.: 08
NOTIFICATION BY ENGINEER
The Engineer proposes to make the additions, modifications, or deletions to the Work described in the
Contract Documents, as shown in Attachment "A" and requests that you take the following action:
❑ Notify us that you concur that this change does not require a change in Contract time or amount
and issue a Field Order.
® Issue a Change Order for performing the described change. Change in Contract amount is
indicated in the attached detailed cost breakdown of labor, materials, equipment and all other
costs associated with this change.
❑ Authorize the Contractor to proceed with the described change. Payment will be requested at
the unit price bid.
❑ Authorize the Contractor to proceed with the change under the time and materials provisions of
the Contract.
By:
Dig'i[ally signed by Marshall Plunk
QN: C=US, E=mplunk@plummer.com,
O=Plummer, CN=Marshall Plunk
Date: 2022.03.1611:18:35-05'00'
CONTRACTOR'S RESPONSE
Date: click or tap to enter a date.
We respond to your request as follows:
❑ We concur that this is a no cost or time change. See attached/forthcoming Field Order No.
/ comments.
❑ Your proposal is recommended to the Owner. See attached/forthcoming proposed Change
Order.
❑ Proceed with the change at the unit price bid.
❑ Proceed with the change under the time and materials provisions of the Contract.
❑ Additional information is required to evaluate this request. Provide information as
described in the attached comments and resubmit.
❑ Proposed Contract Modification is not accepted.
By: Date: click or tap to enter a
date.
ATTACHMENT A
SCOPE OF WORK
A. It has been determined that the City does not need temporary power to the control room
during the shutdown needed to perform the work on the Main Plant 480V Switchgear
"MSG", and therefore 1.4 Construction Sequence for Electrical Items can be deleted from
the contract as shown below. The contractor may proceed with the work and should
utilize a 14-day and 5-day notice on when the work will commence. A credit for Bid Item
13 shall be credited to the project with a Change Order.
1.4 CONSTRUCTION SEQUENCE FOR ELECTRICAL ITEMS
A. Main Plant Switchgear
1. "
1—owivi i identified above.
2. The portion of the gear not impacted by the Work will remain energized and in
operation. The portion of the gear being modified will need to be de -energized. The
anticipated Plant components that will impacted with this partial shutdown include the
Rapid Mix MCC (MCC-RM), Pump Building MCC (MCC -PH), Control Room (MCC-
CR), and the Transfer Pump Station MCC. F, loi to do energizing this peRien el gee ,
DECEMBER 2019
01105 - Page 5 of 8
SEQUENCE OF CONSTRUCTION
.projeclsX04251029.0112.0 Wrk Prod+2.3 SPECS%Technlcal Specs%conformed101105 Sequence of Constructlon docx
0425-029-01
3. The section of the Main Plant Switchgear that is being modified may be deenergized
for no more than eight (8) hours if scheduled as an independent shutdown; however,
the system may be down for up to 24 hours if the work is scheduled with the
Sedimentation Basin Stop Log Installation shutdown.
B. The Main Plant Switchgear not being modified must remain in service at all times.
B. A RPZ by Watts or approved equal shall be added to the 6" Potable Water Line as shown
below on the plan and detail:
14
21
-R
hE
ER
6"
POT/PVC
4" RPZ by Watts, Zum or approved equal:
https://ww,v.watts.com/dfsmedia/0533dbbal 77101 ab581 ab07a4cb
b521 /20403-source/es-If9091- pdf
OerWM nw DOME - / 6' MG
POT/PVC
C. Relocate the existing light pole conflicting with the HMAC paving as shown below on the
plan and detail:
E= 963368.2104 a 1 C 1001
2565
CKWASH
NASTE
TORAGE
BASIN
BASIN
9 1
N
7300478.04
El
963398.21
PROVIDE CURB AND
GUTTER PER CRY
STANDARD PAVING
DETAILS
WA
VM
ASPHALT PAVEMENT
CONSISTING OF 8"
COMPACTED ROAD
BASE (2-4" LIFTS)
AND 2" TYPE "C"
HMAC
MATCH EX. PVMT
N= 7300501.72
E- 963506.64
MATCH EX. PVMT
N= 7300438.84
E. 963504.94
POWER CABLE TO TOP
3"x5"MIN HANDHOLE
GRADE 1%
4 EXOTHERMIC WELD I1
/8 AWG GROUND
N4 4x1O'-O" STAINLES
STEEL GROUND ROD
I
I
I
1 r
�IRelocate existing light
pole to the north side
of the radius outside of
the roadway.
Approximately 22'
north. Exact location
can be determined
with on site RPR and
l City staff.
0
-SHROUD
-POLE GROUNDING LUG
DOUBLE HEADED NUTS
EACH ANCHOR BOLT
NON -SHRINK GROUT AS
RECOMMENDED BY POLE MFR
1" CHAMFER ALL AROUND TOP
METALLIC CONDUCT (TYP)
8 N8 VERTICALS
EXPANSION/DEFLATION FITTING
SCHED 40 PVC
PVC MALE ADAPTER
#3 SPIRAL O 6" PITCH, ONE
FLAT TURN O BOTTOM. 2
FLAT TURNS AT TOP. 3" CLR
4000 PSI CONCRETE
ORIIIED
MO R [7EllFliLL MaIE�
1. ALL BOLTS, WASHERS, NUTS AND OTHER
FASTENERS SHALL BE
STAINLESS
STEEL
NORMBOYL QLN
NUMBER
AND PATTERN PER MANUFACTURER'S DATA.
HINGED LIGHT POLE & BASE
"W .n
s
rn m
2020-03PC03 Lubbock, City of - WTP Imps PCO3 10/07/2021 9:38 AM
BID PROPOSAL
Biditem
Description
Quantity
Units
Unit Price
Bid Total
3-4
Install check valve
1.000
EA
2,500.00
2,500.00
3-5
Light pole relocation
1.000
EA
9,200.00
9,200.00
Bid Total
$11,700.00