Loading...
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