HomeMy WebLinkAboutResolution - 5590 - Contract - Red River Construction Company - WTP Filter Rehabilitation - 08_14_1997RESOLUTION NO.5590
Item #37
August 14,1997
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, attached herewith, by and
between the City of Lubbock and Red River Construction Company of Plano, Texas, to install
and furnish all materials and services as bid for the Water Treatment Plant Filter
Rehabilitation, and any associated documents, which Contract shall be spread upon the minutes
of the Council and as spread upon the minutes of this Council shall constitute and be a part of
this Resolution as if fully copied herein in detail.
Passed by the City Council this 14th day of August , 1997.
ATTEST:
A"iL . ), Lx-m A-,--,'
1y Darnell, City Secretary
APPR VED AS TO CONTENT:
V& i��
Victor Kilm n, Purchasing Manager
APPROVED AS TO FORM:
11/�' -
T-f-r'n1d Willard, Assistant City Attorney
darccAms/roativet.res
August 4, 1997
Resolution 5590
Item #37
August 14, 1997
CHANGE ORDER #: 3
CITY OF LUBBOCK
CHANGE ORDER
CONTRACTOR: Red River
Construction Co. Inc.
DATE: 3-9-98 CITY OF LUBBOCK BID#: 97137
PROJECT NAME: Water Treatment Plant Filter Rehabilitation
DESCRIPTION OF WORK:
As per our discussion, The City wants to add a sump on the air line in the Filter "B" Complex to expel water at
a cost of $529.00.
Removal of sand from Filter No. 5 underdrain at a cost of $1,481.00.
ITEM DESCRIPTION
A. ORIGINAL CONTRACT VALUE:
B. AMOUNT OF THIS CHANGE ORDER: Council approval required if
over $25, 000
C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A):
D. AMOUNT OF PREVIOUS CHANGE ORDERS:
E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D):
F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A):25%
Max.
G. NEW CONTRACT AMOUNT (A+E):
SIGNATURES AND DATE:
el
OWNER'S REPRESEIVATIVE CONTRACTOR SIGNATURE
c
PURCHASING DEPARTMENT LEGAL DEPARTMENT
2,-0 G,-(z 3 .2;
CITY MANAGER
AMOUNT
$1,271,300.00
($3,959.72)
($1,949.72)
.........................................
........................................
$1,269,350.3 0
MAYOR (Change Orders over $25, 000)
PUR-045 (Rev 05/97)
No Text
RkoltAL�11 15S9 ()
CHANGE ORDER #: 2
RECEIVED
CITY OF LUBBOCK
CHANGE ORDER
CONTRACTOR: Red River
Construction Co. Inc.
DATE: 2-3-98 CITY OF LUBBOCK BID#: 97137
PROJECT NAME: Water Treatment Plant Filter Rehabilitation
DESCRIPTION OF WORK:
FEB 16 1998
CITY SECRETARY
LUBBOM TEXAS
Credit for deletion of additional Leopold inspections during construction. Leopold will perform final and
start-up testing and warrant installation credit $6,500.00.
Demo old surface wash supply in "A" Gallery and plug holes through wall at a cost of $491.78.
ITEM
DESCRIPTION
AMOUNT
A.
ORIGINAL CONTRACT VALUE:
$1,271,300.00
B.
AMOUNT OF THIS CHANGE ORDER: Council approval required if
<`>>
over $25,000
?i n,'•.:'4:'v:\:i:4:i i'r::i-iiiJ: :: ii::-: vii:
C.
PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A):
GGn'r?7°l0>'
D.
AMOUNT OF PREVIOUS CHANGE ORDERS:
2,048.50
E.
TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D):
$3,959.72
F.
PERCENT OF CONTRACT OF AI,L CHANGE ORDERS (E/A):25%
Max. ;
f
G.
NEW CONTRACT AMOUNT (A+E):
$ 1,267,340.30
SIGNATURES AND DATE:
Z/Oi$
OWNER'S REPRESENTATIVE CONTRACTOR SIGNATURE
PURCHAgINt DEPARTMENT
2y ass. a- /I/ leg
CITY MANAGER
LEGAL DEPARTMENT
MAYOR (Change Orders over $25,000)
PUR-045 (Rev 05197)
SSQo
CITY OF LUBBOCK
SPECIFICATIONS FOR
WATER TREATMENT PLANT FILTER REHABILITATION
BID #97137
CITY OF LUBBOCK
Lubbock, Texas
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: WATER TREATMENT PLANT FILTER REHABILITATION
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 97137
PROJECT NUMBER: 9402.9241.30000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
F
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITION
No Text
r
711
F11,
NOTICE TO BIDDERS
BID #97137
Sealed bids addressed to Victor Kilman, 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'clock p.m. on the 19th day of June,1997, 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:
"WATER TREATMENT PLANT FILTER REHABILITATION"
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 insure that his bid is actually in the office of the Purchasing Manager for
the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 10th day of July, 1997. 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 Beat —Rating of 5 or superior, as the rating of the
bond company is a factor that will be considered in determination of the lowest responsible bidder.
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 10 days after notice of
r�
award of the contract to him.
l It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
t ` conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on lot
*" day of June, 1997, at 11:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock, Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
�t
k
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) 767-
2281 at least 48 hours in advance of the meeting.
TY OF L BB
VICTOR KILM
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)767-21671Fax (806)767-2164.
�: �: ��� � � � ,� �: � t� t`� � _�: t �, tom.: �.-_� �_�_ _ ��-s i�_W E__ :_:
7 GENERAL INSTRUCTIONS TO BIDDERS
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents for the WATER TREATMENT PLANT FILTER
REHABILITATION.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
j All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
3. PLANS FOR USE BY BIDDERS
f It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
r to Bidders.
Il 11 4. BIDDER INQUIRIES
No bidder shall request any information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
LAURA RITCHIE
BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806)767-2164
5. TIME AND ORDER FOR COMPLETION
T construction covered b the contract documents shall be full completed within TWO HUNDRED The constr o er y y p 7�4Q( UND ED
FORTY) days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the
City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the
contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by
the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may
direct the Contractor to take such action as the City deems necessary to insure completion of the project within the
time specified.
6. PAYMENT
I' All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
7. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to
procure a satisfactory project.
GUARANTEES
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).
10. 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.
11. 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.
12. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article
20.04 of the Texas Limited Sales, Excise and Use Tax Act.
7
r
I�
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.
13. 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.
14. 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.
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from
r' the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all
cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life
or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or
corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
i 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
I, 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.
16. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
17. 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
r"
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation.The Contractor shall
procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter
specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
with an insurance company authorized to transact business in the State of Texas and shall cover all operations in
connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall
be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all
coverage's shall be submitted prior to contract execution.
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 contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor.
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in these contract documents. The wage rate which must be paid on this project shall not be less than specified in
the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further
directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the
wage schedules above mentioned and the bidder's obligations 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:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service
to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort
to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must —
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's —
Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this
contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, '-
regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer
dangerous to property or life.
19. 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, sworn, legible copy of such payroll. This shall contain the name of each employee, his —
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or 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 in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents.
9
20.
I
21.
22
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.
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.
> MMITd33t�a
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. 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.
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:
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
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).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
Q) 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.
23. 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 in regard to 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:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services.
No Text
17 •
BID SUBMITTAL
LUMP SUM BID CONTRACT
71 PLACE: Lubbock, Texas
DATE: July 1, 1997
7; PROJECT NUMBER: BID 097137 -WATER TREATMENT PLANT FILTER REHABILITATION
71
Bid of Red River Construction Company
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
IJ The Bidder, in compliance with your invitation for bids for the construction of:9 the Water Treatment Plant
Filter Rehabilitation, Bic #97137
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.
I 1 BASE BID ITEM 1: Filter Modifications for ten (10) dual Filter Bays) located in Filter Complex "A" and "B". Modifications
include media removal, under replacement, surface wash piping modifications and surface wash piping removal, air
header installation Pk
MATERIALS: �4 aQc�O'nw i Wfsx%G7
Two vuvt�tG.FaD 1�1at"�E>�.�—' lfovgAN� ---
FSERVICES: fJ C-__
Ir. 14141
TOTAL BASE BID ITEM 1:
1 BASE BID ITEM 2: Filter media replacement (10 dual Filter Bays).
MATERIALS: —r" clefs 14wayeED t T
SERVICES:
(TOTAL BASE BID ITEM 2: 4:P9v9_.VZ
•�vQEa �v�"tY
'Z t 10.1*_t00
4-1,000, oo )
� �.boo ,tn )
F
TOTAL BASE B ITEM 1 &�
oltjr�b �G}t� �000.Db 41
MATERIALS: Fbe:T( tA ,. f_- ($ .�, R. )
wee i��3►�p>eE.D �X't'`'i rr"� !-{�ovSbNt�
SERVICES: ($ r OD
a
TOTAL BASE BID ITEM 1 & 2: d� )
t y 20 �, °►� � �o
ALTERNATE NO. 1: Purchase and Install 30" Butterfly Valves complete with Single Phase controllers. Priced per each.
Minimum of one (1) maximum of six (6).
/� .. -..W
MATERIALS: "7i1:V'�la �t�pV5A1J15f�J �S�oL�-APES CIF t($ tj) F-A.. )
SERVICES:: J o t1qv
11 L ,($ �1. ZOO r �� E� . )
tJ
TOTAL ALTERNATE NO. 1: �*1b+2F bV(i o"tke S P__. AxG� t O o
(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 240 (TWO HUNDRED FORM days thereafter
as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
liquidated damages the sum of $1,000.09 (ONE THOUSAND DOLLARS) for each day in excess of the time set forth
hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
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 and execute all necessary bonds (if required) within
l 'a (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Bid Bond for five percent of amount t
D0fiaMcW2RLxxxxxxxJ or a Bid Bond in the sum of five percent of amount bid Dollars ($5 amount id
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 and the required bond (if any) with the
Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check
or bond shall be returned to the undersigned upon demand.
Ill
I
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.
77 p
1
Authorized Signature
Dean Porter, Trediurer
(Printed or Typed Name)
ed River Construction Compan
Company
1506 Capital Avenue, Suite 200
Address
Plano- '" - - --C.011in
City, County
Texas 75074
State Zip Code
Telephone: 972 - 578-0127
Fax: 972 - 578-1043
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Vicki Porter
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
JOTL
2.
3.
4.
5.
6.
7.
8.
9.
10.
Did Bacta -
. Surety Department
KNOW ALL MEN BY THESE PRESENTS,
That we, Red River Constructfon Co.. Inc., as Principal, hereinafter called the Principal, and the
A,nxww Surety Insurance Company", a Corporation created and existing under the laws of the State of
■ Nghm ka, whose principal office is in Woodland Mills. CA, as Surety, hereinafter called the Surety, are
held and firmly bound unto City of Lubbock, Ted, as Obligee; hereinafter called the Obligee, in the
sutra of File- Pert the -amoult bid Dollars ( $ --- - ),'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.
a d for
Whereas, the Principal has submitted a bi
Wa r Treatment Plant Filter Rehabilitation
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
perfl L ance 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
T 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 1d day of jift, A.D. 1927.
Attest:
By: -Ahod"
Sheryl f
athey, Wi ess
Witness:
(Approved by the American Institute of Architects,
A.I.A. Doctunent No. A-310, 1970 Edition)
Fomi 9-32664 Printtd In U.S.A. 12-70
Red River Construction Co., Inc.
(Principal)
By (SEAL)
Dean Porter, Treasurer
Amwest Surety Insurance
Company
Lawrence Brow Attomey-in-Fact (SEAL)
7
EXPMAnort DATE 9-18-98
mwum.mm:R 0000646865
RE4D C REFEUY
This document is printed on white paper containing the artificial watermarked logo (A ) of Amwest Surety Insurance Company (the "Company-) on the front
and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No
representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until
the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission
of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at
(214) 59"666
constitute and appoint:
LAWRENCE BROWN
AS AN E IPLOYEE OF TUCKER AGENCY, INC.
its true and lawful Attorney -in -fact, with limited power and authority for and on behalf ofthe Company
thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller A
the nature thereof as follow:
Bid Bonds rep to $**1.000,000.00
Contract (Performance & Payment), Court, Subdivision $**2.500,000.00
License & Permit Bonds rep to 5*****50,000.00
MlsceIIaneous Bonds up to S*****25,000.00
Small Business Administration Guaranteed Bonds up to $****250,000.00 ,(
and to bind the company thereby. This appointment is made tinder and by
I, the undersigned secretary of Amwest Surety Insurance Company, a
force and effect and has not been revoked and furthermore, that the re
provisions of the By -Laws of the Company, are now in full force and'
Bond No. Signed & sealed
w
il>Saffix the seal of the company
or other written obligations in
are now in full fore and effect
UT that th is Power of Attorney remains in full
on this Power of Attorney, and that the relevant
Karen G. Cohen, Secretary
This POA is signed and sealed by facsimile under d bye autho ' o owier utions adopted by the Board of Directors of Amwest Surety Insurance
Company at a meeting duly held on December 1975: � 1�
RESOLVED, that the President or any t, in noun whtlS.,
ecretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with
authority as defined or limited in the ' m h encing�h poi
tment case, for and on behalf of the Company, to execute and deliver and affix the seal
of the Company to bonds, undertakin . ces, `reY hp obligaO s of all kinds; and said officers may remove any such attomey-in-fact or agent and
revoke any POA previously gran rson.
RESOLVED that red, and gn' cc suretyship obligation shall be valid and bind upon the Company:
(i) when signed by the President o any Vi resh and sealed (if a seal be required) by any Secretary or Assistant Secretary; or
(ii) when signed by the President or any 'dent or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly
authorized attorney -In -fact or o
(iii) when duly executed and seal (if a require one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced
by the power of attorney iss ompany to suc person or persons.
RESOLVED FURTM3that the si of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or ratification
thereof authorizing the execution and del' cry of any bond, undertaking, recognizattce, or other suretyship obligations of the Company; and such signature and seal
when so used shall have the same force and effect as though manually affixed.
`! v * M
riviin _.. i
BOND CHECK �
BEST RATING
.A
LICEltiS N TEXAS
DATE c1 By,JIL--
Bond #1339188
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
�•'� (CONTRACTS MORE THAN $25,000)
Red River Construction Company,
KNOW ALL MEN BY THESE PRESENTS, that , Inc. - (hereinafter called the Principal(s), as
Principal(s), and
r7 Amwest Surety Insurance Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount ofDollars ($1,271,300.00) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
t WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14th day of
August 19 97 to Water Treatment Plant Filter Rehabilitation
�l
7.1
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
t the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
r
r
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
14th day of August 1997 .
Amwest Surety Insurance Company
Surety
y:
a cker, Attorney -in -Fact
Red River Construction Company, Inc.
Principal
(Title) Dean Porter, Chairman
By:
(Title)
By:
(Title)
i
1
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Amwest Surety Insurance Company
Surety
y
e) .T�er, Atto ey-in-Fact
Approved as to form:
City of Luhbock
By:
City ttorney
` Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
!I
'I
kl
tl :'
A
I
P
R
I
1:14ale-lWyMul i
BOND CHECK /
BEST RATING
LICE;�r
EXAS
DATE
6Y
,i"
Bond #1339188
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
Red River Construction Company, Inc.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
Amwest Surety Insurance Company
(hereinafter called the Sure (s), as Surety(s , are held and tfirmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of nuEs1AAi$RAeoh�n$ end&snZ'��0�1 one_ Dollars ($1,271,300.02) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14thday of
August , 1997 to Water Treatment Plant Filter Rehabilitation
7,1 and said principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void;
71 otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
s Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 14th
!) ' day of August 919 97
Amwest Surety Insurance Company
Surety
x y.
e) ra cker, Attorney -in -Fact
Red River Const-riction•Company, Inc.
Principal
(Title) Dean Porter, Chairman
By
(Title)
By:
(Title)
7
7
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
7 1 designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
Amwest Surety Insurance Company
Surety
.By:
�tle� r cy Fucker, Attorney -in -Fact
Approved as to Form
City of Lubbock
J
By.
i Attorney
• Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
i l that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
71�
7,J
71
fil
F
E}PIRAnON DATE
POWER NUMBER 000064695
READ CAREFULLY
This document is printed on white paper containing the artificial watermarked logo (A ) of Amwest Surety Insurance Company (the "Company") on the front
and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No
representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until
the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission
of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest brunch office at
(214) 58041666
BY
constitute and appoint:
TRACY TUCKER
AS AN EMPLOYEE OF TUCKER AGENCY, INC.
its true and lawful Attorney -in -fact, with limited power and authority for and on behalf of the Company Execute elt affix the seal of the company
�to
thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller A o r perfo or other written obligations in
the nature thereof as follow: /�"�
Bid Bonds nap to S*11,000,000.00
Contract (Performance & Payment)6 Court, Subdivision $* *2,500,000.00
License & Permit Bonds up to $*****50,000.00
Miscellaneous Bonds up to $*****25,000.00
Small Business Administration Guaranteed Bonds up to $****250,000.00
and to bind the company thereby. This appointment is made under and by au a By -La
a in ich are now in full force and effect.
I, the undersigned secretary of Amwest Surety Insurance Company, a NSPMOLcorporation
YQQRTIFY that this Power of Attorney remains in full
force and effect and has not been revoked and furthermore, that the re ors f the Board
provisions of the By -Laws of the Company, are now in full force an
fo on this Power of Attorney, and that the relevant
1
6I
R A..
N
°s l
000 A of
Bond No. 1339188 Signed & sealed thi 14 o Auqus 97 ��r JS�
Karen G. Cohen, Secretary
4< tit ONS O ] IRE ORS
This POA is signed and sealed by facsimile under d by autho ' o t owir�c utions adopted by the Board of Directors of Amwest Surety Insurance
Company at a meeting duly held on December 1975: 1�
RESOLVED, that the President or any 1 ent in nlunc witl Secretary or any Assistant Secretary, may appoint attomeys-in-fact or agents with
authority as defined or limited in the ins me i encin po' tment' ac case, for and on behalf of the Company, to execute and deliver and affix the seal
of the Company to bonds, undertaking , ces, np obliga�r ss of all kinds; and said officers may remove any such attomey4n-fact or agent and
revoke any POA previously gran rson.
RESOLVED FURTHER, that an nd, unde gn' cc suretyship obligation shall be valid and bind upon the Company:
(i) when signed by the President o any Vi ear an and sealed (if a seal be required) by any Secretary or Assistant Secretary; or
(ii) when signed by the President or any 'dent or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly
authorized attorney -in -fact or ag - o
(iii) when duly executed and seal (if a requi one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced
by the power of attorney issu ompany to sue person or persons.
RESOLVED FURTHER, that the at nare of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification
thereof authorizing the execution and del' ery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal
when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto
affixed this 14th day of December,1995.
John E. Savage, Pre dent Karen G. Cohen, Secretary
State of California
County of Los Angeles
On December 14,1995 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage.and Karen G. Cohen, personally known to me (or
proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that
helsheAhey executed the same in his/her/their authorized capacity(ies), and that by his/herhheir signature(s) i r�enf jhe�er�n(g2 oche,:rl
'of which the persons) acted. executed the instnunent. ��001%101sw'".,,, WITNESS herid and official seal. PE6CY M-�•ekly
#llom=
No+cn Ptie�c — c kff
°•, signature (Seal)Leta llrtirl« Come
DEQ14, m = e Lofton, Notary Pu Comm. EVkM Aug 6. WW
2
R
No Text
Ti
7
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: September 2, 1997
P.O. BOX 2000
LUBBOCK, TX 79457 TYPE OF PROJECT:
Water Treatment Plant Filter Reha'
Red River Construction Co., Inc.
THIS IS TO CERTIFY THAT 1506 Capital Ave. , #300, Plano, TX (Name and Address of Insured) is, at
the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the
typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
x Commercial General Liability
General Aggregate $ 2 000 000
Products-Comp/Op AGG 2,000,UOY
Claims Made
x Occurrence
1MP14090202500
8/30/97
8/30/98
$
Personal & Adv. Injury $ 1,000,000
Owner's & Contractors Protectiv
Each Occurrence $ 1,000,000
x per pro ect aggreg
to
Fire Damage (Anyone Fire) ,
Med Exp (Any one Person) $5,000
AUTOMOTIVE LIABILITY
x Any Auto
Combined Single Limit $ 1,000,000.
All Owned Autos
Bodily Injury (Per Person) $
Scheduled Autos
lTB13152553700
8/30/97
8/30/98
Bodily Injury (Per Accident}
$
x Hired Autos
Property Damage $
X Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident $
Other than Auto Only:
Each Accident $
Aggregate $
BUILDER'S RISK
100% of the Total Contract Price
Binder
8/30/97
8/30/98
$ 3,000,000
INSTALLATION FLOATER
$ 3,000,000
EXCESS LIABILITY
X Umbrella Form
ULC14766172300
8/30/97
8/30/98
Each Occurrence $ 2,000,000
Aggregate $ 2,000,000
Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ x Included
1870125975
8/30/97
8/30/98
Statutory Limits
Partners/Executive Excluded
Each Accident $ 1,000,000
Officers are:
Disease Policy Limit $ 11000,000
Disease -Each Employee $ 1,000,000
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the.insurer in less than the legal time required after,the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE USF&G and Commercial Union (builders risk)
MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer
By:— L&C LA. -
nTitle: Tobin Tucker, Authorized Representat
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: September 3, 1997.
P.O. BOX 2000
LUBBOCK, TX 79457 TYPE OF PROJECT:
Water Treatment Plant Filter Rehab
Red River Construction Co., Inc.
( THIS IS TO CERTIFY THAT 1506 Capital Ave., #300, Plano, TX (Name and Address of Insured) is, at
the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the
typed of insurance and In accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
T
;I
F
'IT
r
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
Commercial General Liability
General Aggregate S 1,000,000.
Claims Made
Products-Comp/Op AGG $
Occurrence
X Owner's & Contractors Prolectiv
Binder
9/2/97
9/2/98
Personat & Adv. Inju S
Each Occurrence S 7,�o
Fire Damage (Any one Fire)
3
Med Exp (Any one Person)
S
AUTOMOTIVE LIABIUTY
Any Auto
Combined Single Limit s
All Owned Autos
Bodily Injury ({per Person) S
Scheduled Autos
Bodily Injury (Per Accident)
S
Hired Autos
Property Damage S
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident S
Other than Auto Only_
Each Accident S
Aggregate S
BUILDER'S RISK
100% of the Total Contract PriceS
INSTALLATION FLOATER
S
EXCESS LIABILITY
Umbrella Form
Each Occurrence S
Aggregate $
Other Than Umbrella Form
S
WORKERS COMPENSATION AND .
EMPLOYERS' UABIUTY
The Proprietor/ — Included
Statutory Limits
Partners/Executive Excluded
Each Accident S
Officers are:
Disease Policy Limit S
Disease -Each Employee s
OTHER
The above policies either In the body thereof or by appropriate endorsement provide that the may not be changed or
canceled by the Insurer in less than the legal time required after the insured has received wniten notice of such change or
cancellption, or In case there is no legal requirement, in less than rive days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE USF&G Insurance
'
MUST BE SENT TO THE CITY OF LUBBOCK (Name -of Ins r
By: C
Title: Tobin Tucker
Authorized Representative
F111
CITY OF LUBBOCK
j� INSURANCE REQUIREMENT AFFIDAVIT
1f ,
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have
1 been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this
contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by
contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this
bid/proposal.
Tobin Tucker
Agent (Signature) Agent (Print)
Name of Agent/Broker: Tucker Agency, Inc.
Address of Agent/Broker: P.O. Box 2285
City/State/Zip: Fort Worth, TX 76113
Agent/Broker Telephone Number: ( 8.17 ) 336-8520
Date: 9-3-9 7
CONTRACTOR'S NAME: Red River Construction Company, ONTRA p y, Inc.
(Print or Type )
{'CONTRACTOR'S ADDRESS: 1506 Capital Ave., #300
!� Plano, Texas 75074
NOTE TO AGENT/BROKER
If this time requirement 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
Z contact the Purchasing Manager for the City of Lubbock at (806)767-2165.
BID #97137 - WATER TREATMENT PLANT FILTER REHABILITATION
117
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
r,.
✓ (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;
C� ✓ (2)
V (3)
X/(4)
(5)
(6)
provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
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;
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;
retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the
contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19 point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
IF,
REQUIRED WORKERS' COMPENSATION COVERAGE
r" "The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
I I 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:
v O Y q P P P J
:F I(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;
�r
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(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.
No Text
FCONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 14th day of August,1997, by and between the City of
Lubbock, County of Lubbock, State of Texas, aging by and through Windy Sitton, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and Red River Construction Company of the City of Piano. County of Collen and
the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #97137 - WATER TREATMENT PLANT FILTER REHABILITATION - $1,271,300.00
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
rl 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.
F
F
i
F1
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
a —r' i
SdcretdrJ
APPROVED AS TO CONTENT:
Owner's Representafive
ATTEST:
Co rate Jecre
Vicki Porter
fir :•
VA
•
cM
CONTRACTOR:
RED RIVER CONSTRUCTION COMPANY
PRINTED NAME: Dean Porter
TITLE: Chairman
COMPLETE ADDRESS:
Red River Construction Company
1506 Capital Avenue, Suite 200
Piano, Texas 75074
F
71,
GENERAL CONDITIONS OF THE AGREEMENT
r
4
GENERAL CONDITIONS OF THE AGREEMENT
U
t. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used In this contract, K
shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
( Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, Is used, it shall be
�^ understood to mean the person, persons, co -partnership or corporation, to wit Red River Construction
�I Comaanv who has agreed to perform the work embraced In this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative Is used in this contract, it shall be understood as
referring to, City of Lubbock, under whose supervision these contract documents, including plans and
specifications, were prepared, and MIKE MURPM CHIEF ENGINEER, who will inspect constructions; or to
such other representative, supervisor, or Inspector as may be authorized by said Owner to act In any particular
under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's
Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
?r The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (f required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to
I} - Bidder for his Inspection in accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary; "Prescribed," or
words of like Import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is Intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like Import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
,,.. 6. SUBCONTRACTOR
r� 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.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered In person to the Individual or to a member
" of the firm or to an officer of the corporation for whom it Is intended, or If delivered at or sent certified mail to the
last business address known to him who gives the notice.
7
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, Insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract 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 with one copies of all Plans, Profiles and Specifications without expense to him
and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owners Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, If the work is proceeding in accordance with the contract documents.
He will not be required to make exhaustive or continuous onsite Inspections to check the quality or quantity of the
work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or
the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner
that the completed project will conform to the requirements of the contract documents, but he will not be
responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the
basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to
guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be fumished by the Owner's Representative whenever 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 his 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 him, his
Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at
Contractor's expense.
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes
and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the
amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall
determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every
question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's
Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract,
and to any rights of the Contractor to receive any money under this contract.
t I The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the
�.,. execution of the work or the interpretation of the contract, specifications and plans.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions
given to him shall be binding as if given to the Contractor.. Adequate supervision by competent and reasonable
representatives of the Contractor is essential to the proper performance of the work and lack of such supervision
shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owners Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
�I.
It is understood and agreed that the Contractor has, by careful examination, satisfied himself 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 effect the work under this
rr, contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or
after the execution of this contract, shall effect or modify any of the terms or obligations herein contained.
k
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work
required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform
him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man
or men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at
all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
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 reasonable 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 work is in preparation or progress. Contractor shall ascertain the scope of any
observation which may be contemplated by Owner or Owner's Representative and shall give 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 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 Observer has
previously accepted the work through oversight or otherwise. If any work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owners 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 Owners Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owners Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractors expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approval, and any work which meets the requirements of any such —
tests or approval but does not meet the requirements of the contract documents shall be considered defective.
Such defective work shall be corrected at the Contractors expense.
i
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the
requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the
f l work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in
conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice
thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such
work so that it shall be in full accordance with this contract. It is further agreed that any remedial action
contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
�`�j' before or after the beginning of the construction, without affecting the validity of this contract and the
1 , accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
( claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual
I loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally
planned.
24. EXTRA WORK
The term extra work, as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
j by Contractors 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 actual field cost of the work, plus fifteen (15%)
percent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead,
general superintendence and field office expense, and all other elements of cost and expense not embraced within
the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's
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). The --
Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract 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. If the Contractor finds any discrepancies or omissions in these plans,
specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification
before the bids are received, and if no such request is received by the Owner's Representative prior to the --
opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has
provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is
further understood that any request for clarification must be submitted no later than five days prior to the opening
of bids.
• RIGHI OF OWNER TO MODIFY METHODS• 1
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of 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, his sureties and insurance carriers shall defend, indemnify and
save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any
character whatsoever, brought for or on account of any injuries or damages received or sustained by any person
or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents
or employees, in the execution and supervision of said contract, and the project which is the subject matter of this
contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning
�( lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or
any of its officers, agents, or employees including attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an
Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
17 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
r� Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation.
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
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 contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined
Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
i)
Personal Injury
Advertising Injury
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. _
For bodily injuries, including accidental death and or property damage, $1,000,000 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, $1.000 000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance. _
D. Builder's Risk Insurance Policy
The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (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 $1,000,000 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.
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 406.096) - 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
(b) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
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:
fi
(1) a certificate of coverage, prior to the other person beginning work on the project;
L) ; 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;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (1) - (7), 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
Regulation. Providing false or misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions. --
11. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the contractor does
not remedy the breach within ten days after receipt of notice of breach from the governmental
entity.
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 shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
r
714
(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;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Act or other commission rules. This notice must be
printed in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
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 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."
1 ` ° "Call the Texas Workers' Compensation Commission at 5121440-3789 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
(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 language in
subsection (e) (3) of this rule;
(iv) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the _
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (A) - (H), with the certificate of coverage to be provided to
the person for whom they are providing services.
r
29. DISABLED EMPLOYEES
Contractors having more than 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
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all
obligations of the nature hereinabove designated have been paid, discharged or waived.
`I
71 If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness
or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
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.
The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
{ save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and
claims and shall be responsible for all such loss when a particular design, device, material or process or the
product of a particular manufacturer or manufacturers is 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 harmless from any loss on account thereof. If the material or
process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss
unless he promptly gives written notice to the Owner of such infringement.
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 effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the
Contractor or his employees. If the Contractor observes that the plans and specifications are at variance
therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be
adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be
contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative,
he shall bear all costs arising therefrom.
+► The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, 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.
t
33. ASSIGNMENT AND SUBLETTING
j�` The Contractor further agrees that he will retain personal control and will give his personal attention to the
7 1 fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or
materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to
7 the Owner, as provided by this contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract of work to be done hereunder are essential
conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract
shall be commenced on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
M, extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for
the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum
.. of $1.000.00 (ONE THOUSAND DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the
breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default
after the time stipulated for completing the work. ,
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion
of the work described herein is reasonable time for the completion of the same, taking into consideration the
average climatic change and conditions and usual industrial conditions prevailing in this Iocality.The amount is
fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme
difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical
estimates for payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
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 his own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and
the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor 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. EXTENSION OF TIME
The Contractor agrees that he has submitted his 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 33 hereinabove set forth and that he shall not
be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by
an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed
by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or
flood. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as
may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's
Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor
supported by all requested documentation shall then consider such written request and respond to Contractor in
writing granting or rejecting the request for an extension of time to complete the project.
37. HINDRANCE AND DELAYS _
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the
time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to
such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made
by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in
this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's
convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by
such stoppage shall be paid by Owner to Contractor.
71
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 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. It is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any
and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor
agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury
to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity
shall not apply to any claim of any kind arising out of the existence or character of the work.
r"
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 attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by him and for well and truly performing the same and the whole thereof in the manner and according to
this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
!I
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 which have
not theretofore been timely filed as provided in this contract.
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment. Owner's Representative shall review said application for partial payment and the progress of the
work made by the Contractor and if found to be in order shall prepare a certificate for 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; said statement shall also include the value of all sound materials delivered on site of the work
that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be _
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to
completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay
occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of
Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor.
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work
has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work
and within said time, if the work be found to be completed or substantially completed in accordance with the
contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of
completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of
acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under the
terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st
day after the date of certificate of completion, the balance due Contractor under the terms of this agreement,
provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall
become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the
final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for
fulfillment of any warranty which may be required in the special conditions (if any) of this contract or required in the
specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor
shall at his own expense promptly replace such condemned materials with other materials conforming to the
requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors
damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned
work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may
remove and replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any —
damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of
substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with
reasonable promptness.
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of.
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
I
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which
�-• will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
f i It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's
Representative has given any directions, order or instruction to which the Contractor desires to take exception.
j" The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision
in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for
arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the
date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final
acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to
any claim by either party, except where noted otherwise in the contract documents.
a r"M 49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of
the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the
Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the
work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment
under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or
another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore
(except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph
24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the
cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for
within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of
the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
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 his Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
p having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. However, should the cost to complete any such new contract prove to be less than that
i�
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and
certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A
complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct --
shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the
Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date
of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all
machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor
and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains
any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an
itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective
addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy
this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor
and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After
fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or
supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale
may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall
release any machinery, equipment, tools, materials, or supplies which remain on the `jobsite and belong to
persons other than the Contractor or his Surety, to their proper owners. _
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said
terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly
abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the
ground that have not been included in payments to the Contractor and have not been incorporated into the work. —
Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor,
which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the
attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra _
Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to
cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot
be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by
deducting from the above estimate all previous payments by the Owner and all other sums that may be retained
by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the
Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by
said final statement as due the Contractor, under the terms of this Agreement. _
The successful bidder will be required to fumish a performance bond in accordance with Chapter 2253,
Govemment 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. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved
Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall
not be in effect until such bonds are so furnished.
52. 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.
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be
done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same,
r" or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be
1 sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
l Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control his own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owners Representative shall have the right to observe Contractor's
work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in
the Owner or Owners Representative hereunder, is not intended to and shall not at any time change or effect the
status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative
or to the Contractor's own employees or to any other person, firm, or corporation.
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials
and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case
of dispute Owner may remove the debris and charge the cost to the Contractor.
I�
I
E .- U L-- L - Via = E__ .-, E : _
Kesoiucion Ao. Di-i
March 14, 1996
�I.
Item #19
RESOLUTION
1 WHEREAS, the City Council has heretofore established the general prevailing rate of
per diem wages for each craft or type of workmen or mechanics needed to execute public
works contracts for the City of Lubbock in accordance with the provisions of Vernon's
i Ann.Civ.St., Art. 5159a; and
i WHEREAS, such wage rates were established by Resolution No. 719 enacted February
i; 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
Resolution No. 2502 enacted January 8. 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages; NOW THEREFORE:
4�
' BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
! THAT the general prevailing rate of per diem wages for public works contracts shall be
as set forth in the following named exhibits, which exhibits shall be attached hereto and made
a part hereof for all intents and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
Exhibit D: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
wages in all localities where public works are undertaken on behalf of the City of Lubbock and
such wage rates shall be included in all public works contracts as provided by law.
F;
I
Passed by the City Council this 14th
ATTEST:
&d-, a (,&
Betty M. J nson, City Secretary
APPROVED AS TO CONTENT:
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
afold Willard; Assistant City Attorney
H W : da/ccdocs/pubworks. res
February 14, 1996
2
City of Lubbock
Building Construction Trades
Prevailing Rates
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
10.00
11.00
5.50
8.00
11.00
11.00
6.00
11.00
6.00
7.50
10.00
13.00
6.00
8.50
7.50
8.50
8.00
9.00
5.50
9.00
5.50
5.50
9.50
10.50
6.00
8.00
5.50
9.75
5.50
10.00
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
6.00
Asphalt Shoveler
5.50
Concrete Finisher
7.35
Concrete Finisher -Helper
5.75
Electrician
10.50
Flagger
5.50
Form Setter
6.50
Form Setter -Helper
5.50
Laborer -General
5.50
Laborer -Utility
6.25
Mechanic
7.25
Mechanic -Helper
5.50
Power Equipment Operators
Asphalt Paving Machine
7.00
Bulldozer
7.00
Concrete Paving Machine
7.00
Front End Loader
6.50
Heavy Equipment Operator
7.00
Light Equipment Operator
6.50
Motor Grader Operator
8.50
Roller
6.00
Scraper
6.50
Tractor
6.50
Truck Driver -Light
6.00
Truck Driver -Heavy
6.50
i
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
EXHIBIT D
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
., �- �_b �.il-.: �__. �� �_m� �.._,� �-�_: �_—� i�� �._ �_ �..��. tee_..: �_�_-: �� �. E -.
City of Lubbock
Water Utilities Engineering
Technical Specifications
For
Filter A and Filter B Removal and Replacement
At
Municipal Water Treatment Plant
7
TOC -1
7
CITY OF LUBBOCK
SANDHILLS AMMONIA/CHLORINE FACILITIES
"
TABLE OF CONTENTS
I
01010
SUMMARY OF WORK
�-
01060
SPECIAL CONDITIONS
01340
SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND
MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS
01370
SCHEDULE OF VALUES
01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
01650
STARTUP
01700
CONTRACT CLOSEOUT
01710
CLEANING
O1800
OPENINGS AND PENETRATIONS IN CONSTRUCTION
02072
DEMOLITION, CUTTING AND PATCHING
09905
PAINTING AND PROTECTIVE COATINGS
10400
IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS
10444
SIGNAGE
13222
FILTER UNDERDRAINS
15090
PIPE SUPPORT SYSTEMS
15103
BUTTERFLY VALVES
I,
I'
T
T
7
k
City of Lubbock, S.A.C. Facilities
T
01010-1
r
F
r
1
2
3
4
5
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
SECTION 01010
SUMMARY OF WORK
PART 1 - GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
A. The Work of this Contract for Base Bid includes the following:
1. Remove the existing clay tiled underdrain system and grout, existing filter media,
surface water wash lines, and cut and plug the surface wash lines on the wall of
Filter A.
2. Cut the existing 12 inch as shown on Detail A of Page 2 of 3 of the plans. Weld
continuously two weld on flanges and install two (2) - 12 inch motorized butterfly
valves and flanged tees as sown on the plans. Provide all the necessary fittings
for that connection. Provide additional wall braces to carry the weight of the 12
inch motorized valves, fittings and brace against any movement from the
operation of the valves.
3. Provide the necessary fittings to connect the proposed 12 inch air supply line to
the 12 inch valve.
4. Remove and replace all ten (10) - 6 inch butterfly valves as shown on the plans.
5. 10 Filter underdrain and media replacement, including air transmission and air
scour lines and appurtenances.
B. The Work of this Contract for Alternate A Bid - Minimum of 1, Maximum of 6 - 30
inch motorized controlled butterfly valves for the waste line.
C. Furnish all materials, equipment, supplies, appurtenances; provide
all construction plant equipment and tools; and perform all
necessary labor and supervision.
D. Coordinate the progress of the Work including coordination between
trades, subcontractors, suppliers, public utilities and Owner to
ensure the progress of Work.
E. It is the intent of this contract that Work proceed in the most
expeditious manner possible.
1.02 CONTRACTS
A. Construct the Work under a single fixed price contract.
1.03 WORK SEQUENCE
City of Lubbock, Municipal Water Treatment Plant
01010-2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1.03 WORK SEQUENCE
A. Construct Work shall allow for Owner's continuous occupancy and for
uninterrupted treatment of water during construction. Coordinate
construction schedule and operations with the Owner.
1. Replace the four filters at Plant A.
2. Replace the six filters at Plant B after September 1st, 1997 and only when the
four A filters are completed and on line.
B. Work to be performed:
1 Contractor to coordinate and schedule Filter modification''
work such that no more than two of Plant A filters are out of
service during the months of April through September.
2. All six of Plant B filters will be out of service during construction. Plant A filters
must be completed and online before proceeding with Plant B.
C. Submit in writing to the Owner for approval of any sequences other than those
specified.
D. Construct work from 8:00 a.m. to 5:00 p.m. from Monday through Friday. Submit in
writing for approval three (3) working days in advance to construct work during
holidays or weekends.
E. Notification must be given to Owner at least 24 HRS in advance of
any equipment out of service for work included in this contract.
F. Power outages of up to 4 HRS duration will be permitted.
1. Schedule each outage with Owner.
1.04 CONTRACTOR'S USE OF PREMISES
A. Contractor shall limit his use of the premises for Work and storage,
to allow for Owner occupancy. Contractor shall be responsible for
keeping work areas clean of debris and waste.
B. Coordinate use of premises under direction of Owner.
C. Assume full responsibility for the protection and safekeeping of
products furnished under this Contract, stored on or off the site.
D. Move any stored products under Contractor's control, which interfere
with operations of the Owner.
E. Obtain and pay for the use of additional storage or work areas
needed for operations.
City of Lubbock, Municipal Water Treatment Plant
l I i
T
01010-3
�>
1
2
3
1.05
EASEMENTS AND RIGHTS -OF -WAY
4
A.
Owner will provide any necessary easements and rights -of -ways.
�
5
6
B.
Confine construction operations to the immediate vicinity of the
7
location indicated on drawings and use due care in placing
n
8
construction tools, equipment, excavated materials, and pipeline
(I
9
materials and supplies, so as to cause the least possible damage to
10
property and interference with traffic.
11
12
1.06
FENCES
13
jj
14
A.
Maintain all fences affected by the Work until completion of the
CC ��
15
Work.
16
17
1.07
PROTECTION OF PUBLIC AND PRIVATE PROPERTY
`
18
19
20
A.
Protect, share, brace, support, and maintain underground pipes,
conduits, drains, and other underground construction uncovered or
21
otherwise affected by construction operations.
22
.,
23
B.
Restore to their original condition, pavement, surfacing, drive-
24
ways, curbs, walks, buildings, utility poles, :guy wires, fences, and
25
other surface structures affected by construction operations,
26
together with sod and shrubs in yards and parkings, whether within
27
or outside the easement.
28
4
29
C.
Use new materials for replacements. Except as noted on plans.
30
31
D.
Do not remove trees outside the permanent easement, except as
32
authorized.
33
34
E.
Contractor shall be responsible for all damage to streets, roads,
35
highways, shoulders, ditches, embankments, culverts, bridges, and
36
other public or private property, regardless of location or
37
character, which may be caused by transporting equipment, materials,
38
or men to or from the Work or any part or site thereof, whether by
�j
39
him or his subcontractors.
I�
40
41
F.
Make satisfactory and acceptable arrangements with the owner of, or
42
the agency or authority having jurisdiction over, any damaged
!.
43
property concerning its repair or replacement or payment of costs
44
incurred in connection with the damage.
l!;
45
�" City of Lubbock, Municipal Water Treatment Plant
01010-4
1
2
3'
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
G. Keep fire hydrants and water control valves free from obstruction
and available for use at all times.
1.08 MAINTENANCE OF TRAFFIC
A. Conduct Work to interfere as little as possible with public travel,
whether vehicular or pedestrian:
1. Whenever it is necessary to cross, close, or obstruct roads,
driveways and walks, whether public or private, provide and
maintain suitable and safe bridges, detours, or other temporary
expedients for accommodation of public and private travel.
1.09 OWNER OCCUPANCY
A. Owner will occupy the premises during the entire period of
construction for the conduct of his normal operations. Cooperate
with Owner in all construction operations to minimize conflict, and
to facilitate Owner usage.
1.10 PARTIAL OWNER OCCUPANCY
A. The Contractor shall schedule his operations for completion of
portions of the Work, as designated under Sequence of Work, for the
Owner's occupancy prior to Substantial Completion of the entire
work.
B. Owner will occupy facilities for the purpose of conducting his
normal operations.
1.11 SUBSTANTIAL COMPLETION
A. For the purposes of establishing when the project is substantially
complete and suitable for its intended purpose, completion of filter
underdrain and media replacement.
B. Functional components which shall be operational include:
1. Completion of filter underdrain and media replacement.
2. Installation of sample lines.
3. Sludge collection equipment rehabilitation.
1.12 LINES AND GRADES
A. Construct all Work to the lines, grades and elevations indicated on
the drawings:
1. Remove and reconstruct improperly located Work.
City of Lubbock, Municipal Water Treatment Plant
T
01010-5
1
2
3
B. Owner has established 2 basic horizontal and vertical controls
points:
4
1. The horizontal and vertical control established or designated by
5
6
Owner will consist of-
a. Two horizontal points or one horizontal point and a bearing.
7
b. One vertical point.
8
2. Use these points as datum for the Work.
9
3. Provide, without charge, such competent men and tool, stakes,
10
and other materials as Owner may require in establishing or
�j
11
designating control points, in establishing construction
12
easement boundaries; or in checking layout, survey, and
13
measurement work performed by Contractor.
14
l l
15
C. Provide all additional survey, layout and measurement work required:
16
17
1. Work performed by a qualified professional engineer or
registered land surveyor acceptable to Owner.
18
2. Locate and protect control points prior to starting site work,
19
20
and preserve all permanent reference points during construction:
a. Make no changes or relocations without prior written notice
21
to Owner.
22
b. Report to Owner when any reference point is lost or
23
destroyed, or requires relocation because of necessary
24
changes in grades or locations.
r"
25
c. Require surveyor to replace Project control points which may
26
be lost or destroyed;
27
1) Establish replacements based on original survey control.
j'
28
3. Establish lines and levels, locate and lay out, by
29
instrumentation and similar appropriate mean:
r'
30
a. Site improvements:
31
1) Stakes for grading, fill and topsoil placement.
32
2) Utility slopes and invert elevations.
I !
33
34
b. Batter boards for structures.
c. Building foundation, column locations and floor levels.
35
d. Controlling lines and levels required for the mechanical and
36
electrical trades.
37
4. From time to time, verify layouts by the same methods.
38
5. Maintain a complete, accurate log of all control and survey work
39
as it progresses.
40
6. On request of Owner, submit documentation to verify accuracy
41
of field engineering work.
42
43
1.13 REGULATORY REQUIREMENTS
44
`I
45
A. Comply with all federal, state and local laws, regulations, codes,
City of Lubbock, Municipal Water Treatment Plant
01010-6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
and ordinances applicable to the Work.
B. References in the Contract Documents to local codes shall mean the
City of Lubbock, Texas.
C. Other standards and codes which apply to the Work are designated in
the Specifications.
1.14 CUTTING AND PATCHING
A. Contractor shall be responsible for all cutting, fitting and
patching, including attendant excavation and backfill, required to
complete the Work or to:
1. Make its several parts fit together properly.
2. Uncover portions of the Work to provide for installation of
ill-timed work.
3. Remove and replace defective work.
4. Remove and replace work not conforming to requirements of
Contract Documents.
5. Remove samples of installed work as specified for testing.
B. Provide products as specified or as required to complete cutting and
patching operations.
C. Inspection:
1. Inspect existing conditions of the Project, including elements
subject to damage or to movement during cutting and patching.
2. After uncovering work, inspect the conditions affecting the
installation of products, or performance of the work.
3. Report unsatisfactory or questionable conditions to the Engineer
in writing; do not proceed with the work until the Engineer has
provided further instructions.
D. Preparation:
1. Provide adequate temporary support as necessary to assure the
structural value or integrity of the affected portion of the
Work.
2. Provide devices and methods to protect other portions of the
Project from damage.
3. Provide protection from the elements for that portion of the
Project which may be exposed by cutting and patching work, and
maintain excavations free from water.
4. Execute fitting and adjustment of products to provide a finished
installation to comply with specified products, functions,
tolerances and finishes.
City of Lubbock, Municipal Water Treatment Plant
'
1
5. Restore work which has been cut or removed; install new products
2
3
to provide completed Work in accord with requirements of
Contract Documents.
4
6. Fit work airtight to pipes, sleeves, ducts, conduit and other
5
6
penetrations through surfaces.
7
END OF SECTION
f .
f
r-
I
City of Lubbock, Municipal Water Treatment Plant
01010-7
r
01340-1
'
1
1
SECTION 01340
2
3
SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND
4
MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS
5
6
7
PART 1 - GENERAL
8
9
1.01
SUMMARY
10
11
A.
General:
12
1. Section Addresses:
13
a. Mechanics of Shop Drawing Process.
14
15
B.
Related Sections include but are not necessarily limited to:
16
1. Division 0 - Bidding Requirements, Contract Forms, and
17
18
Conditions of the Contract.
2. Division 1 - General Requirements.
19
3. Sections in Divisions 2 through 16 identifying submittal
,..
20
requirements.
21
22
1.02
SUBMITTALS: GENERAL
23
24
A.
Transmit all submittals to: Owners Representative
25
26
Michael E. Murphy, P.E.
27
Chief Water Utility Engineer
28
City of Lubbock
29
Lubbock, TX 79413
1
30
31
B.
All transmittals must be from Contractor and bear his approval
32
stamp. Transmittals will not be received from or returned to
l
33
subcontractors:
34
1. Shop drawing transmittal stamp shall read "(Contractor's Name)
35
represents that we have determined and verified all field
36
dimensions and measurements, field construction criteria,
37
materials, catalog numbers, and similar data, and that we have
38 '
checked with the requirements of the Work and the Contract
39
Documents." Transmittals will not be received from or returned
40
to subcontractors.
41
2. Operation and Maintenance Manual transmittal stamp may be
42
Contractor's standard approval stamp.
43
44
C.
Provide submittal information defining specific equipment or
45
materials utilized on the project. Generalized product information
46
not clearly defining specific equipment or materials to be provided
t
FCity of Lubbock, Municipal Water Treatment Plant
01340-2
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
will be rejected.
D. Calculations required in individual specification sections will be
received for information purposes only and will not be returned.
E. Submittal Schedule:
1. Schedule of shop drawings:
a. Submitted and approved within 20 days of receipt of Notice
to Proceed.
2. Shop drawings:
a. Submittal and approval prior to 50 percent completion.
3. Operation and Maintenance Manuals and Data Record Sheets:
a. Initial submittal within 60 days after date shop drawings
are approved.
b. Full payment will not be made on any equipment or materials
until an approved Operation and Maintenance Manual is
received.
F. Retainage will not be reduced below 5 percent until all shop
drawings are approved.
G. Final payment on the project shall not be made until final approved
copies of all Operation and Maintenance Manuals including Equipment
Record Sheets (with equipment serial numbers) have been received.
1.03 SUBMITTALS: SHOP DRAWINGS
A. Transmittal Mechanics:
1. Number transmittals consecutively beginning with 1.
2. Assure resubmitted items retain the original number but with an
added note of " No Exception Taken".
3. Restrict each letter of transmittal to only one Specification
Section or portion thereof.
4. For 8-1/2 x 1 I IN size sheets, provide four copies of each page
for Owner plus the number required by the Contractor. The
number of copies required by the Contractor will be defined at
the Preconstruction Conference, but shall not exceed 6.
5. For items net covered in paragraph 4, submit one reproducible
transparency and one print of each drawing until approval is
obtained. Utilize mailing tube; do not fold. The Owner will
mark and return the reproducible to the Contractor for his
reproduction and distribution.
6. Provide clear space (3 IN SQ) for Owner stamping of each
component defined in A.5.
7. Contractor shall not use red color for marks on transmittal's.
Duplicate all marks on all copies transmitted, and ensure marks
City of Lubbock, Municipal Water Treatment Plant
01340-3
T*
I
are photocopy reproducible. Outline Contractor marks on
2
reproducible transparencies with a rectangular box.
r,
3
4
B.
Transmittal Contents:
5
1. Coordinate and identify shop drawing contents so that all items
6
can be easily verified by the Owner.
7
2. Identify equipment or material use, tag number, drawing detail
8
reference, weight, and other project specific information.
9
3. Provide sufficient information together with technical cuts and
10
technical data to allow an evaluation to be made to determine
11
that the item submitted is in compliance with the Contract
12
Documents.
1
13
4. Submit items like equipment brochures, cuts of fixtures, product
14
data sheets or catalog sheets on 8-1/2 x 11 IN pages. Indicate
15
exact item or model and all proposed options.
16
5. Include legible scale details, sizes, dimensions, performance
17
characteristics, capacities, test data, anchoring details,
18
installation instructions, storage and handling instructions,
J
19
color charts, layout drawings, parts catalogs, rough -in
20
21
diagrams, wiring diagrams, controls, weights and other pertinent
data. Arrange data and performance information in format
22
similar to that provided in Contract Documents. Provide, at
23
minimum, the detail provided in the Contract Documents.
24
6. If proposed equipment or materials deviate from the
25
Specifications or Drawings in any way, clearly note the
26
deviation and justify the said deviation in detail in a separate
27
letter immediately following transmittal sheet. If explanation
28
is not given, shop drawings will be returned without action.
29
l i
30
1.04
SUBMITTALS: SAMPLES
31
32
A.
Identify sample as to: manufacturer, item, use, type, project
33
designation, tag number, specification section or drawing detail
34
reference, color, range, texture, finish and other pertinent data.
35
36
B.
Include application specific brochures, and installation
37
instructions.
38
39
C.
Provide Contractor's stamp of approval on samples as indication of
40
his checking and verification of dimensions and coordination with
41
interrelated work.
42
43
D.
Resubmit samples of rejected items.
44
45
E.
Approved samples submitted or constructed, constitute criteria for
46
judging completed work. Finished work or items not equal to samples
City of Lubbock, Municipal Water Treatment Plant
01340-4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
will be rejected.
F. Samples may be retained for comparison purposes. Remove samples
when directed. Include in bid all costs of furnishing and removing
samples.
1.05 SUBMITTALS: OPERATION AND MAINTENANCE MANUALS AND
EQUIPMENT RECORD SHEETS
A. Transmittal Mechanics:
1. Provide transmittal form for Operation and Maintenance Manual
with original number of the approved item plus a suffix "O-M."
2. Submit two copies until approval is received.
3. Acceptable submittals will be retained with the transmittal form
returned with a request for five additional copies.
4. Deficient submittals will be returned along with the transmittal
form which will be marked to indicate deficient areas.
5. Identify resubmittals with the original number plus a suffix
letter starting with "A."
6. Submit Operation and Maintenance Manuals printed on 8-1/2 x 11
IN size heavy first quality paper with standard three -hole
punching and bound in stiff metal hinged binder constructed as a
three-ring style. Provide binders with titles on front and on
spine of binder. Tab each section of manuals for easy reference
with plastic -coated dividers. Provide index for each manual.
Provide plastic sheet lifters prior to first page and following
last page.
7. Reduce drawings or diagrams bound in manuals to an 8-1/2 x 11 IN
or 11 x 17 IN size. However, where reduction is not practical
to ensure readability, fold larger drawings separately and place
in vinyl envelopes which are bound into the binder. Identify
vinyl envelopes with drawing numbers.
B. Transmittal Content:
1. Submission of Operation and Maintenance Manuals is applicable
but not necessarily limited to:
a. Major equipment.
b. Equipment used with electrical motor loads of 1/6 HP
nameplate or greater.
c. Specialized equipment including valves and instrumentation
and control system components for HVAC and process systems
such as meters, recorders, and transmitters.
d. Valves greater than 12 IN DIA.
e. Water control gates.
2. Prepare operation and maintenance manuals which include, but are
not necessarily limited to, the following detailed information,
City of Lubbock, Municipal Water Treatment Plant
01340-5
l
I
as applicable:
2
a. Equipment function, normal operating characteristics,
3
limiting operations.
4
b. Assembly, disassembly, installation, alignment, adjustment,
5
and checking instructions.
6
c. Operating instructions for start-up, routine and normal
7
operation, regulation and control, shutdown, and emergency
8
conditions.
9
d. Lubrication and maintenance instructions.
1
10
e. Guide to "troubleshooting."
11
f. Parts list and predicted life of parts subject to wear.
12
g. Warranty, bond and service contract (if applicable),
13
including:
14
1) Proper procedures in event of breakdown.
15
2) Instances that might affect validity of warranties or
16
bonds.
17
h. Outline, cross-section, and assembly drawings; engineering
18
data; and electrical diagrams, including elementary
19
diagrams, wiring diagrams, connection diagrams, word
20
21
description of wiring diagrams and interconnection diagrams.
i. Test data and performance curves.
22
j. A list of recommended spare parts with a price list and a
23
24
list of spare parts provided under these specifications.
Where applicable, list parts suppliers other than the unit
25
manufacturer.
26
27
k. Copies of installation instructions, parts lists or other
documents packed with equipment when delivered.
28
1. Instrumentation or tag numbers relating the equipment back
29
to the Contract Documents.
30
m. Include a filled -out copy of the Equipment Record Sheet as
31
the first page(s) and the Manufacturer's Field Service
32
report as the final page(s) of each Operation and
33
Maintenance Manual. Complete maintenance requirements in
34
detail. Simple reference to the Manual is not acceptable.
35
n. For equipment items involving components or subunits, an
36
Equipment Record Sheet for each operating component or
37
subunit is required.
38
39
C. Instruction of Owner's Personnel:
40
1. Prior to final inspection or acceptance, fully instruct Owner's
41
designated operating and maintenance personnel in the operation,
42
adjustment, and maintenance of all products, equipment, and
43
systems.
44
2. Operating and maintenance manual shall constitute the basis of
45
instruction:
46
a. Review contents of manual with personnel in full detail to
City of Lubbock, Municipal Water Treatment Plant
01340-6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
explain all aspects of operations and maintenance.
3. Video tape on VHS all instruction sessions and provide tape to
Owner following completion of sessions as specified in
Section 01060.
4. Additional requirements for specialized instruction of Owner's
personnel are given in the detailed equipment specifications.
1.06 SUBMITTALS: SHOP DRAWINGS: OWNER'S REVIEW ACTION
A. Items within transmittals will be reviewed for overall design intent
and will receive one of the following actions:
NO EXCEPTION TAKEN
MAKE CORRECTIONS AS NOTED
REVISE AND RESUBMIT
REJECTED
B. Transmittals received will be initially reviewed to ascertain
inclusion of Contractor's approval stamp. Drawings not stamped by
the Contractor or stamped with a stamp containing language other
than that specified in Paragraph 1.02 B will not be reviewed for
technical content and will be returned without any action.
C. Transmittals returned with Action "NO EXCEPTION TAKEN"
or "MAKE CORRECTIONS NOTED" are considered ready
for fabrication and installation.
D. Transmittals with Action "REVISED AND RESUBMIT" or "REJECTED"
will be required to be correct and resubmit items so marked.
E. Failure to include any specific information specified under the
submittal paragraphs of the specifications will result in the
transmittal being returned to the Contractor with "C" or "D" Action.
F. Transmittals such as submittals which the Owner considers as
"Not Required," submittal information which is supplemental to
but not essential to prior submitted information, or items of
information in a transmittal which have been reviewed and
approved in a prior transmittal, will not be returned.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
01370-1
r
r
SECTION 01370
SCHEDULE OF VALUES
PART 1 - GENERAL
1.01 SUMMARY
A. Submit to Owner a Schedule of Values allocated to the various
portions of the Work within 10 days after Effective Date of
Agreement.
B. Upon request of Owner, support the values with data that will
substantiate correctness.
C. An unbalanced Schedule of Values providing overpayment of Contractor
on items of the Work that will be performed early will not be
accepted.
D. Revise and resubmit the Schedule of Values until acceptable to
Owner. No Applications for Payment shall be submitted until
Schedule of Values is accepted.
E. The Schedule of Values, when accepted by Owner, shall be used
only as the basis for the Contractor's Applications for Payment.
F. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
1.02 FORM AND CONTENT OF SCHEDULE OF VALUES
A. 8-1/2 x 11 IN white paper.
B. Contractor'sstandard forms and automated printout will be
considered for approval by Owner upon Contractor's request.
C. Identify schedule with:
1. Title of Project and location.
2. Owner and Project number.'
3. Name and address of Contractor.
4. Contract designation.
5. Date of submission.
City of Lubbock, Municipal Water Treatment Plant
01370-2
D. List the installed value of the component parts of the Work in
sufficient detail to serve as a basis for computing values for
progress payments during construction. ,
E. Follow the Table of Contents of this Document as the format for
listing component items:
1. Identify each line item with the number and title of the
respective major section of the Specifications. _
2. List subvalues of major products or operations under the item:
a. For concrete values, include:
1) Forming.
2) reinforcing steel.
3) concrete:
b. For each structure, list concrete values as follows:
1) Slab on grade.
2) Footings.
3) Walls.
4) Elevated slabs and beams.
5) Miscellaneous fill concrete.
F. Such items as bond and insurance premiums, temporary construction
facilities, and job mobilization and demobilization shall be.listed
separately.
G. For the Various Portions of the Work:
1. Each item shall include a directly proportional amount of the
Contractor's overhead and profit.
2. For items on which progress payments will be requested for
stored materials, break down the value into: ._.
a. The cost of the materials, delivered and unloaded..
b. The total value of labor for installing the material,
including Contractor's overhead and profit.
3. Submit a subschedule for each separate stage of Work specified
in Section 01010.
H. The sum of all values listed in the schedule shall equal the total
Contract Price.
1.03 SUBSCHEDLTLE OF UNIT MATERIAL VALUES
A. Submit a subschedule of unit costs and quantities for:
1. Products on which progress payments will be requested for stored
products.
B. The form of submittal shall parallel that of the Schedule of Values,
with each item identified the same as the line item in the Schedule
City of Lubbock, Municipal Water Treatment Plant,
of Values.
C. The unit quantity for bulk materials shall include an allowance for
normal waste.
D. The unit value for the materials shall be broken down into:
1. Cost of the material, delivered and unloaded at the site, with
taxes paid.
2. Installation costs, including Contractor's overhead and profit.
E. The installed unit value multiplied by the quantity listed shall
equal the cost of that item in the Schedule of Values.
END OF SECTION
r
r
r
IT.
City of Lubbock, Municipal Water Treatment Plant
01370-3
1
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 - GENERAL
1.01
SUMMARY
I :
A.
Section Includes:
1. Construction facilities and temporary controls.
B.
Related Sections include but are not necessarily limited to:
r
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
t
2. Division 1 - General Requirements.
1.02
QUALITY ASSURANCE
A.
Referenced Standards:
1. Comply with applicable federal, state, and local laws, codes,
regulations and ordinances.
'►
2. Comply with utility company requirements.
PART 2 - PRODUCTS
2.01 GENERAL
A. Products shall be new or used and must be serviceable, adequate for.
the intended purpose, and must not violate the requirements of any
1
applicable codes or standards.
�a
B. Owner will pay all costs to operate existing plant.
2.02 TEMPORARY UTILITIES
A. Power:
i
1. Contractor may use existing receptacle outlets for small power
tools with 120 V, single-phase, 15 amp, and grounding connection
plugs at no charge for power energy:
{
a. Use of existing receptacle outlets shall be in such a manner
to minimize inconvenience to Owner and his employees. The
contractor shall insure use of receptacles will not overload
circuits.
b. Provide any required extension cords.
City of Lubbock, Municipal Water Treatment Plant
01500-1
01500-2
c. Extension cords shall be supported or guarded to positively
prevent any hazard of any kind to Owner's personnel. _
Extension cords not in use shall be removed. Contractor:
shall relocate any extension cords deemed by the Owner as
hazardous.
2. Equipment testing:
a. Owner will pay for energy.
b. Contractor to pay all costs for temporary wiring, if
required.
3. Arrange for and pay all costs associated with power service to
the Contractor's field offices and to Contractor's storage
sheds, and pay all costs for energy used.
4. Where no receptacle outlet is available and for, construction
equipment larger than 15 amps, 120 V, single-phase, arrange for
and pay all costs associated with temporary power service either
from the local utility or a portable engine -generator.
5. Pay all costs for installation and removal of service, and power
used.
B. Water: ._
1. Provide all drinking water required by personnel. Pay all
costs.
2. To extent available, water from existing plant may be used.
3. Provide temporary pumping, piping and valves, as necessary.
C. Sanitary and Personnel Facilities:
1. Provide sanitary facilities:
a. As required by laws and regulations.
b. Not less than one facility for every 20 employees of
Contractor and subcontractors at the site.
2. Service, clean and maintain facilities and enclosures.
3. Do not permit construction personnel to use Owner's sanitary or
personnel facilities.
D. Telephone Service:
1. Provide telephone service:
a. In Contractor's field office:
1) One direct local line instrument with call waiting service.
2) Other instruments at Contractor's option: ,
2. Pay all costs for installation and removal of telephone and for
local service.
3. Toll charges shall be paid by the party placing the call.
4. No incoming calls allowed to Owner's plant telephone system.
E. Temporary Heating and Ventilation:
1. Provide temporary heating and ventilation as required to _
City of Lubbock, Municipal Water Treatment Plant
maintain adequate environmental conditions to facilitate
progress of the Work, to meet specified minimum conditions for
the installation of materials, and to protect materials and
finishes from damage due to temperature or humidity.
2. Provide adequate forced ventilation of enclosed areas to cure
installed materials, to disperse humidity, and to prevent
hazardous accumulations of dust, fumes, vapors or gases.
3. Portable heaters shall be standard approved units complete with
controls.
4. Pay all costs of installation, maintenance, operation, removal,
and for fuel consumed.
2.03
CONSTRUCTION AIDS
A.
Provide construction aids and equipment required by personnel and to
facilitate the execution of the work:
1. Scaffolds.
2. Staging.
3. Ladders.
4. Stairs.
5. Ramps.
6. Runways.
7. Platforms.
8. Railways.
9. Hoists.
10. Cranes.
11. Chutes.
12. Other such facilities and equipment.
B.
Completely remove temporary materials, equipment, and services at
completion of the Project.
C.
Grade the areas of the site affected by temporary installations to
required elevations and slopes, clean the area, and restore to
original condition or to specified condition.
D.
Contractor is not to use or ask others to provide use of plant
machinery, including carts and forklifts.
E.
Provide ear protection for personnel as required.
2.04
BARRIERS
A. Fencing:
1. The site of the Work is totally fenced.
2. Provide any additional fencing required to protect products or
City of Lubbock, Municipal Water Treatment Plant
01500-3
01500-4
to ensure public safety and the safety of Owner's employees. r
The placement of temporary fencing is subject to approval of the
Owner.
B. Barriers:
1. Provide suitable barriers as required for public protection and
protection of Owner's employees.
2.05 ENTRY ROADS
A. Contractor may use existing roadways for access to the extent
practical and shall provide additional access roads and parking
required for the Contractor's personnel or operations:
1. Provide access to treatment plant parking area at all times.
2. Maintain drainageways.
3. Control dust by daily sprinkling of water or other methods
acceptable to Engineer. r
4. Provide gravel, crushed rock or other stabilization material to
permit access by all motor vehicles at all times.
5. Maintain road grade and crown to eliminate "potholes," rutting
and other irregularities that restrict access.
6. Maintain one traffic lane at times when underground construction
is being conducted. Provide detours, barriers, and traffic
control.
7. Coordinate all detours and other operations affecting traffic
and access with Engineer. Provide at least 72 HR notice of any --
operations that will alter access to the treatment plant.
PART 3 - EXECUTION
3.01. TEMPORARY UTILITIES
A. Maintain and operate systems to assure continuous service.
B. Modify and extend systems as work progress requires.
C. Completely remove temporary materials and equipment when their use
is no longer required.
D. Clean and repair damage caused by temporary installations or use of
temporary facilities.
City of Lubbock, Municipal Water Treatment Plant
r
01500-5
r3.02 CONSTRUCTION AIDS
A. Relocate construction aids as required by progress of construction,
storage or Work requirements, and to accommodate legitimate
requirements by Owner.
B. Completely remove temporary materials, equipment and services at
completion of the Project.
C. Clean and repair damage caused by installation or by use of
temporary facilities:
1. Remove foundations and underground installations for
construction aids.
2. Grade the areas of the site affected by temporary installations
to required elevations and slopes, and clean the area.
3.03 BARRIERS -
A. Install facilities of a neat and reasonably uniform appearance,
structurally adequate for the required purposes.
B. Relocate barriers as required by progress of construction.
C. Completely remove barriers, including foundations, when construction
has progressed to the point that they are no longer needed.
D. Clean and repair damage caused by installation, fill and grade the
areas of the site to required elevations and slopes, clean the area
and restore to specified condition or, if not specified, to original
condition.
3.04 FIELD OFFICE AND STORAGE SHEDS
t
A. Fill and grade sites for temporary structures to provide surface
drainage.
3
B. Construct temporary field offices and storage sheds on proper
f-' foundations, provide connections for utility services:
1. Secure portable or mobile buildings when used.
2. Provide steps and landings at entrance door.
t
C. Mount thermometer at convenient outside location, not in direct
sunlight.
D. Remove temporary field offices, contents and services at a time they
are no longer needed.
r
is
pa City of Lubbock, Municipal Water Treatment Plant
R
01500-6
E. Remove storage sheds when they are no longer needed.
F. Remove foundations and debris, grade the site to required
elevations, clean the areas and restore to specified condition or,
if not specified, to original condition.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
f
01650-1
F
SECTION 01650
STARTUP
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Procedures and actions, required of the Contractor, which are
necessary to achieve and demonstrate Substantial Completion.
2. Requirements for Substantial Completion Submittals.
1.02 DEFINITIONS
A. Pre -Demonstration Period: The period of time, of unspecified
duration after initial construction and installation activities
during which Contractor, with assistance from manufacturer's
representatives, performs in the following sequence:
1. Equipment startup.
2. Personnel training.
B. Demonstration Period: A period of time, of specified duration,
following the Pre -Demonstration Period, during which the Contractor
initiates process flow through the facility and starts up and
operates the Project components, without exceeding specified
downtime limitations, to prove the functional integrity of the
mechanical, electrical and control interfaces of the respective
equipment and components comprising the facility as evidence of
Substantial Completion.
1.03 SUBMITTALS
A. Submit in the chronological order listed below prior to the
completion of the Pre -Demonstration Period.
1. Master operation and maintenance training schedule:
a. Submit 30 days (minimum) prior to first training session for
Owner's personnel.
b. Schedule to include:
1) Target date and time for Owner witnessing of each system
initial start-up.
2) Target date and time for Operation and Maintenance
training for each system, both field and classroom.
3) Target date for initiation of Demonstration Period.
c. Schedule to be reviewed for approval by Owner.
City of Lubbock, Municipal Water Treatment Plant
01650-2
d. Schedule shall accommodate holidays observed by the Owner.
e. Attend a schedule planning and coordination meeting 60
calendar days prior to firstanticipated training session.
1) Provide a status report and schedule -to -complete for
requirements prerequisite to manufacturer's training.
2) Identify initial target dates for individual
manufacturer's training sessions.
f. Owner reserves the right to insist on a minimum 7 days'
notice of rescheduled training session not conducted on
master schedule target date for any reason.
g. Schedule to be resubmitted until approved.
2. Substantial Completion Submittal:
a. Contractor's Notice of Substantial Completion and Request
for Inspection.
b. Approved Operation and Maintenance manuals received by
Engineer minimum 1 week prior to scheduled training.
c. Written request for Owner to witness each system
pre -demonstration startup. Request to be received by Owner
minimum 1 week before scheduled training of Owner's
personnel on that system.
d. Equipment installation and pre -demonstration startup
certifications.
e. Letter verifying completion of all pre -demonstration startup
activities including receipt of all specified items from
manufacturers or suppliers as final item prior to initiation
of Demonstration Period. .-
1.04 FACILITY STARTUP
A. Contractor to pay all costs associated with Facility Startup.
PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
PART 3 - EXECUTION
3.01 GENERAL
A. Facility Startup Divided into Two Periods:
1. Pre -Demonstration Period:
a. Finishing type construction work to bring Project to a state
of Substantial Completion.
b. Equipment Startup. _
c. Personnel training.
2. Demonstration Period:
City of Lubbock, Municipal Water Treatment Plant
r
01650-3
a. Demonstration of functional integrity.
3.02 PRE -DEMONSTRATION PERIOD
A. Equipment Startup:
1. Requirements for individual items of equipment are included in
Divisions 2 through 16 of these Specifications.
2. During Equipment Startup, Contractor will prepare the equipment
so it will operate properly and safely and be ready to
demonstrate functional integrity.
3. Procedures include but are not necessary limited to the
following:
a. Test or check and correct deficiencies of:
1) Power, control, and monitoring circuits for continuity
prior to connection to power source.
2) Voltage of all circuits.
3) Phase sequence.
4) Cleanliness of connecting piping systems.
5) Alignment of connected machinery.
6) Vacuum and pressure of all closed systems.
7) Lubrication.
8) Valve orientation and position status for manual
operating mode.
9) Tankage for integrity using clean water.
10) Pumping equipment using clean water.
11) Tagging and identification systems.
12) All equipment: Proper connections, alignment,
calibration and adjustment.
b. Calibrate all safety equipment.
c. Manually rotate or move moving parts to assure freedom of
movement.
d. "Bump" start electric motors to verify proper rotation.
e. Perform other tests, checks, and activities required to make
the equipment ready for Demonstration Period.
f. Documentation:
1) Prepare a log showing each equipment item subject to
this paragraph and listing what is to be accomplished
during Equipment Startup. Provide a place for the
Contractor to record date and person accomplishing
required work. Submit completed document before
requesting inspection for Substantial Completion
certification.
4. Obtain unqualified certifications and deliver to Owner:
a. Manufacturer's equipment installation check letters.
City of Lubbock, Municipal Water Treatment Plant
01650-4
B. Personnel Training:
1. See individual equipment specification sections. _
2. Conduct all personnel training after completion of Equipment
Startup for the equipment for which training is being conducted.
a. Personnel training on individual equipment or systems will
not be considered completed unless:
1) All pretraining deliverables are received and approved
before commencement of training on the individual
equipment or system.
2) No system malfunctions occur during training.
3) All provisions of field and classroom training
specifications are met.
b. Training not in compliance with the above will be performed
again in its entirety by the manufacturer at no additional
cost to Owner.
3. Field and classroom training requirements:
a. Hold classroom training on -site.
b. Training instructor: Factory trained and familiar with
giving both classroom and "hands-on" instructions.
c. Training instructors shall be at classes on time.. Session --
beginning and ending times to be coordinated with the Owner
and indicated on the master schedule. Normal time lengths
for class periods can vary, but brief rest breaks should be
scheduled and taken.
d. Organize training sessions into maintenance verses operation
topics and identify on schedule.
e. Plan for minimum class attendance of 10 people at each
session and provide sufficient classroom materials, samples,
and handouts for those in attendance.
f. Instructors to have a typed agenda and well prepared
instructional material. The use of visual aids, e.g.,
films, pictures, and slides is recommended for use during
the classroom training programs. Deliver agendas to the
Engineer a minimum of 7 days prior to the classroom
training. Provide equipment required for presentation of
films, slides, and other visual aids.
g. The on -site training sessions shall cover the information
required in the Operation and Maintenance manuals submitted
according to Section 01340 and the following areas:
1) Operation of equipment.
2) Lubrication of equipment.
3) Maintenance and repair of equipment.
4) Troubleshooting of equipment. _
5) Preventive maintenance procedures.
6) Adjustments to equipment.
7) Inventory of spare parts. _
City of Lubbock, Municipal Water Treatment Plant
r
01650-5
8) Optimizing equipment performance.
9) Capabilities.
10) Operational safety.
11) Emergency situation response.
12) Takedown procedures (disassembly and assembly).
h. Address paragraphs g.1), g.2), g.8), g.9), g.10), and g.11)
in the operation sessions. Address paragraphs g.3), g.4),
g.5), g.6), g.7), and g.12) in the maintenance sessions.
j�
i. Maintain a log of classroom training provided including:
!!
Instructors, topics, dates, time, and attendance.
C. Substantial Completion of Project:
1. Complete the work.
2. Complete the equipment startup.
3. Complete the personnel training.
4. Complete the required submittals.
5. Contractor's Notice of Substantial Completion and Request for
Inspection.
a. When Contractor considers the Work of this Project has
reached Substantial Completion, submit "Contractor's Notice
of Substantial Completion and Request for Inspection."
b. Owner will review required submittals for completeness
within 10 calendar days of Contractor's notice. If
complete, Owner will complete inspection of the Work,
within 10 calendar days of Contractor's notice.
c. Owner will inform Contractor in writing of the status of
the Work reviewed, within 14 calendar days of Contractor's
notice.
1) Work determined not meeting state of Substantial
Completion:
a) Contractor: Correct deficiencies noted or submit
plan of action for correction within 5 days of
Owner's determination.
b) Engineer: Reinspect work within 5 days of
Contractor's notice of correction of deficiencies.
2) Work determined to be in state of tentative Substantial
Completion: Engineer to prepare tentative "Engineer's
Certificate of Substantial Completion."
6. Engineer's Certificate of Substantial Completion:
a. Issued subject to successful Demonstration of functional
integrity.
b. Issued for Project as a whole.
c. Issued subject to completion or correction of items cited in
the certificate (Punch List).
d. Issued with responsibilities of Owner and Contractor cited.
e. Executed by Engineer.
City of Lubbock, Municipal Water Treatment Plant
01650-6
f Accepted by Owner.
g. Accepted by Contractor.
h. Upon successful completion of Demonstration Period, Owner
will endorse certificate attesting to the successful
demonstration, and citing the hour and date of ending the
successful Demonstration Period of functional integrity as
the effective date of Substantial Completion.
3.03 DEMONSTRATION PERIOD
A. General:
1. It is intended the Demonstration Period be conducted under full
operational conditions. Under no circumstances is the
Demonstration Period to be used for repair, alteration, or
adjustments rendering facilities inoperative for more than 10
percent of the period. Owner reserves the right to simulate
operational variables, equipment failures, routine maintenance _
scenarios, etc., to verify the functional integrity of automatic
and manual backup systems and alternate operating modes.
2. Time of beginning and ending any Demonstration Period shall be ^
agreed upon by Contractor, Owner, and Engineer in advance of
initiating Demonstration Period.
3. The Demonstration Period will be performed with Facility
completely operational.
4. Perform the Demonstration Period as specified herein, for each
system with all systems in full operation for a minimum of 168
consecutive hours without interruption of equipment or system or
need of adjustment other than normal operational adjustments, or
repair beyond normal scheduled preventive maintenance. If
unscheduled adjustment or repair is needed for any reason,
beyond the amount specified in paragraph 1 above the
Demonstration Period shall be deemed to have failed, and a new
Demonstration Period shall recommence, either immediately after
correction of cause of failure or at a later time, for 168 full
consecutive hours of operation. --
5. Provide all labor, supervision, maintenance, equipment, vehicles
or any other item necessary to operate and demonstrate all
systems being demonstrated.
6. Owner will provide operational personnel to provide process
decisions affecting plant performance. Owner's assistance will
be available only for process decisions. Contractor will
perform all other functions including but not limited to
equipment operation and maintenance until successful completion
of the Demonstration Period. _
7. Throughout the Demonstration Period, provide knowledgeable
personnel to answer Owner's questions and to respond to any. -
City of Lubbock, Municipal Water Treatment Plant �—
i
J system problems or failures which may occur.
END OF SECTION
p
I
a.
l:
l'
C
,., City of Lubbock, Municipal Water Treatment Plant
01650-7
01700-1
SECTION 01700
CONTRACT CLOSEOUT
PART 1 - ADMINISTRATIVE PROCEDURES
1.01 GENERAL
A. Comply with requirements stated in Contract Forms, Contract
Requirements, and General Requirements, and in Specifications for
administrative procedures in closing out the Work.
1.02 SUBSTANTIAL COMPLETION
A. See General Conditions.
1.03 FINAL INSPECTION
A. When Contractor considers the Work is complete, he shall submit
written certification that:
1. Contract Documents have been reviewed.
2. Work has been inspected for compliance with Contract Documents,
3. Work has been completed in accordance with Contract Documents.
4. Equipment and systems have been tested in the presence of
Owner's representative and are operational.
5. Work is completed and ready for final inspection.
B. Owner will make an inspection to verify the status of
completion with reasonable promptness after receipt of such
certification.
C. Should Owner Consider That the Work is Incomplete or Defective.
1. Owner will promptly notify the Contractor in writing, listing
the incomplete or defective work.
2. Contractor shall take immediate steps to remedy the stated
deficiencies, and send a second written certification to
Owner that the Work is complete.
3. Owner will reinspect the Work.
D. When Owner finds that the Work is acceptable under the Contract
Documents, he shall request the Contractor to make closeout
submittals.
1.04 CONTRACTOR'S CLOSEOUT SUBMITTALS TO OWNER
City of Lubbock, Municipal Water Treatment Plant
01700-2
A. Project Record Documents.
B. Operating and Maintenance Data, Instructions to Owner's Personnel:
As specified in Section 01340.
C. Spare Parts and Maintenance Materials: As specified in the
individual Specification sections and herein.
D. Evidence of Payment and Release of Liens: As specified in the
General and Supplementary Conditions.
E. Two Copies of Each Specified Special Bond, Warranty, and Service
Contract.
1.05 FINAL ADJUSTMENTS OF ACCOUNTS
A. Submit a Final Statement of Accounting to Owner.
B. Statement Shall Reflect All Adjustments to the Contract Sum.
1. The original Contract Sum. .-
2. Additions and deductions resulting from:
a. Previous Change Orders.
b. Deductions for uncorrected Work.
c. Deductions for liquidated damages.
d. Deductions for reinspection payments.
e. Other adjustments. r-
3. Total Contract Sum, as adjusted.
4. Previous payments.
5. Sum remaining due.
1.06 FINAL APPLICATION FOR PAYMENT
A. Contractor shall submit the final Application for Payment in
accordance with procedures and requirements stated in the Conditions
of the Contract and those specified below.
B. Upon receipt of Final Application for Payment, if the document is
correct and complete, the Engineer will notify the Owner that the
Final Application for Payment has been reviewed; the Owner, through
its Council, will publish notice for claim which will require up to
50 days. If no claims are received and all other conditions are
met, the final payment will be made to the Contractor within 10 days
of the expiration date for receipt of claims.
PART 2 - RECORD DOCUMENTS
City of Lubbock, Municipal Water Treatment Plant
T
01700-3
2.01 GENERAL
A. Maintain at Project Site for Owner One Record Copy of:
1.
Drawings.
2.
Specifications.
1
1
3.
Addenda.
4.
Change Orders and other modifications to the Contract.
5.
Engineer's Field Orders or written instructions.
6.
Approved Shop Drawings and Product Data.
7.
Field test records.
8.
Construction photographs.
2.02 MAINTENANCE OF DOCUMENTS AND SAMPLES
A. Store documents and samples in Contractor's field office apart from
documents used for construction.
1. Provide files and racks for storage of documents.
2. Provide locked cabinet or secure storage space for storage of
samples.
B. File documents and samples in accordance with Data Filing Format of
the Uniform Construction Index.
C. Maintain documents in a clean, dry, legible condition and in good
order. Do not use record documents for construction purposes.
D. Make documents and samples available at all times for inspection by
Engineer.
2.03 MARKING DEVICES
A. Provide felt-tip marking pens for recording information in the color
code designated by Engineer.
2.04 RECORDING
A. Label Each Document "Project Record" in Neat Large Printed Letters.
B. Record Information Concurrently With Construction Progress.
1. Do not conceal any Work until required information is recorded.
C. Drawings: Legibly mark to record actual construction.
7 1. Depths of various elements of foundation in relation to finished
first floor data.
2. Horizontal and vertical locations of underground utilities and
r
?1W City of Lubbock, Municipal Water Treatment Plant
F
01700-4
appurtenances referenced to permanent surface improvements.
3. Location of internal utilities and appurtenances concealed in
the construction referenced to visible and accessible features
of the structure.
4. Field changes of dimension and detail.
5. Changes made by Field Order or by Change Order.
6. Details not on original Contract Drawings.
D. Specifications and Addenda: Legibly mark each section to record.
1. Manufacture, trade name, catalog number, and supplier of each
product and item of equipment actually installed.
2. Changes made by Field Order or by Change Order.
2.05 SUBMITTAL
A. At Contract Closeout, Deliver Record Documents to Owner,
and complete the 'Contractor's Affidavit on Closing Job'
as shown on Exhibit A.
B. Accompany Submittal with Transmittal Letter in Duplicate,
Containing:
1. Date.
2. Project title and number.
3. Contractor's name and address.
4. Title and number of each Record Document.
5. Signature of Contractor or his authorized representative.
PART 3 - SPARE PARTS AND MAINTENANCE MATERIALS
3.01 GENERAL
A. Provide spare parts, maintenance materials, and special tools as
specified in the individual Specification sections.
B. Store the Items in a Clean, Dry, Heated Storage Shed or Bonded
Warehouse.
C. Protect All Items from Damage During Storage.
3.02 DELIVERY TO OWNER
A. At or prior to the time of the inspection for Substantial Completion
deliver all required items to Owner at the place on the site
designated by Owner.
1. Contractor and representatives of Owner shall inspect and
City of Lubbock, Municipal Water Treatment Plant
01700-5
inventory all items delivered.
B. Submit to Owner a Detailed Invoice of All Items Delivered.
1. Organize invoice by Specification sections.
2. Indicate on invoice any items delivered that were damaged or
defective.
3. Contractor and Owner's representatives shall sign
invoice certifying that all items listed were delivered and
that, unless otherwise noted on the invoice, all items were in
good condition at the time of delivery to Owner.
C. Owner will review invoice for completeness and inform Contractor
promptly of any deficiencies therein.
D. Contractor shall deliver all additional items identified by Owner
and replace all damaged and defective items noted on the original
invoice before requesting final inspection.
E. Invoices for additional and replacement items, signed by Contractor
and Owner's representatives, shall be submitted.
3.03 PAYMENT
A. No Certification of Substantial Completion will be issued by
Owner until the required invoice is submitted for review.
B. Final payment will not be made until all specified spare parts,
maintenance materials, and special tools have been delivered to
Owner in acceptable condition.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
01710-1
SECTION 01710
CLEANING
PART 1 - GENERAL
1.01
SUMMARY
l
A.
Section Includes:
1. Intermediate and final cleaning of Work not including special
cleaning of closed systems specified elsewhere.
B.
Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
1.02
STORAGE AND HANDLING
r
R
A.
Store cleaning products and cleaning wastes in containers
specifically designed for those materials.
1.03
SCHEDULING
A.
Schedule cleaning operations so that dust and other contaminants
disturbed by cleaning process will not fall on newly painted
surfaces.
PART 2 - PRODUCTS
{
2.01
MATERIALS
A.
Cleaning Agents:
t
1. Compatible with surface being cleaned.
2. New and uncontaminated.
3. For Manufactured Surfaces: Material recommended by
manufacturer.
PART 3 - EXECUTION
i"
y
3.01
CLEANING - GENERAL
A.
Prevent accumulation of wastes that create hazardous conditions.
r
i
a
City of Lubbock, Municipal Water Treatment Plant
01710-2
B. Conduct cleaning and disposal operations to comply with laws and
safety orders of governing authorities.
C. Do not dispose of volatile wastes such as mineral spirits, oil, or
paint thinner in storm or sanitary drains or sewers.
D. Dispose of degradable debris at an approved solid waste disposal
site.
E. Dispose of nondegradable debris at an approved solid waste disposal _
site or in an alternate manner approved by Owner and regulatory
agencies.
F. Handle materials in a controlled manner with as few handlings as
possible.
G. Do not drop or throw materials from heights greater than 4 FT or
less than 4 FT if conditions warrant greater care.
H. On completion of work, leave area in a clean, natural looking
condition. Remove all signs of temporary construction and
activities incidental to construction of required permanent Work.
I. Do not burn on -site.
3.02 INTERIOR CLEANING
A. Cleaning During Construction: —
I . Keep work areas clean so as not to hinder health, safety or
convenience of personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris,
and rubbish.
3. Vacuum clean interior areas when ready to receive finish
painting. Continue vacuum cleaning on an as -needed basis, until
substantial completion.
4. Control dust in work areas of existing facilities.
a. Provide protection to existing electrical and mechanical
equipment as required to eliminate detrimental effects due
to construction.
b. Weekly check air handling filters in existing units having
construction activities. Replace as necessary.
c. At maximum monthly intervals, check interior of existing
electric panels and vacuum if dust accumulation has
occurred.
d. At maximum weekly intervals, sweep all floors, including
City of Lubbock, Municipal Water Treatment Plant
F
01710-3
basins, tunnels, platforms, walkways, and pick up and
dispose of all debris. Use dust suppressant sweeping
compound in areas open to areas of existing facility
operations.
B. Final Cleaning:
1. Complete immediately prior to Demonstration Period.
2. Remove grease, mastic, adhesives, dust, dirt, stains,
fingerprints, labels, and other foreign materials from
sight -exposed surfaces.
3. Wipe all lighting fixture reflectors, lenses, lamps and trims
clean.
4. Wash and shine glazing and mirrors.
5. Polish glossy surfaces to a clear shine.
6. Ventilating systems:
a. Clean permanent filters and replace disposable filters if
units were operated during construction.
b. Clean ducts, blowers and coils if units were operated
without filters during construction.
7. Replace all burned out lamps.
8. Broom clean process area floors.
9. Mop office and control room floors.
3.03 EXTERIOR (SITE) CLEANING
A. Cleaning During Construction:
1. Construction debris:
a. Confine in strategically located container(s):
1) Cover to prevent blowing by wind.
2) Haul from site minimum once a week.
b. Remove from work area to container daily.
2. Vegetation:
a. Keep weeds and other vegetation trimmed to 3 IN maximum
height.
3. Soils, sand, and gravel deposited on paved areas and walks:
a. Remove as required to prevent muddy or dusty conditions.
b. Do not flush into storm sewer system.
B. Final Cleaning:
1. Remove trash and debris containers from site:
a. Re -seed areas disturbed by location of trash and debris
containers.
2. Clean paved roadways.
tr" City of Lubbock, Municipal Water Treatment Plant
01710-4
3.04 FIELD QUALITY CONTROL
A. Immediately prior to Demonstration Period, conduct an inspection
with Owner to verify condition of all work areas.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
01800-1
SECTION 01800
OPENINGS AND PENETRATIONS IN CONSTRUCTION
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Openings and penetrations in construction.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the
Contract.
2. Division 1 - General Requirements.
3. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Concrete Institute (ACI):
a. 318, Building Code Requirements for Reinforced Concrete.
2. American Society for Testing and Materials (ASTM):
a. A53, Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -
Coated Welded and Seamless.
3. National Fire Protection Association (NFPA):
a. 70, National Electrical Code (NEC).
b. 90A, Standard for Installation of Air Conditioning and Ventilating Systems.
4. Sheet Metal and Air Conditioning Contractors National Association,
Inc., (SMACNA).
B. Miscellaneous:
1. Furnish to subcontractors complete information concerning location and
placement of openings and penetrations for inclusion in the shop drawings.
Show coordination with work of all other trades.
2. When any opening larger than 10 IN must be made in a completed structure,
secure Engineer approval before starting work.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Scaled or dimensioned drawings showing location of all openings with
schedule showing size and method to be used for making opening.
City of Lubbock, Municipal Water Treatment Plant
01800-2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
3. Details of required seals verifying compliance of methods and materials.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Steel Pipe Sleeves: ASTM A53, Schedule 40, black.
B. Backing Rod and Sealant: Sealant shall be Equal to Tremco Dymonic or Dymeric
Polyurethane Sealant. Provide backer rod as recommended by sealant
manufacturer.
PART 3 - EXECUTION
3.01 OPENING AND PENETRATIONS - GENERAL
A. Set sleeves with ends flush with finished surfaces, unless otherwise specified or
indicated on Drawings.
B. Where pipes or ducts pass through floors in locations where floors can be washed
or wetted, set sleeves with top 4 IN above finish floors.
C. For insulated piping or ducts, size sleeves large enough to accommodate full
thickness of insulation.
D. Set sleeves or framed openings in advance in order to avoid conflict with other
trades.
E. Existing Cast -In -Place Concrete Construction:
1. Do not cut into nor core drill any beams, joists or columns.
2. Do not install sleeves in beams, joists, or columns.
3. Do not install recesses in beams, joists, columns or slabs.
4. Installation methods:
a. Saw or core drill with non impact type equipment.
b. Mark opening and drill small 3/4 IN or/less holes through structure
following opening outline. I
c. Sawcut opening outline on both surfaces then knock out within sawcuts
using impact type equipment using extreme caution not to chip or spall face
of surface to remain intact.
F. Where alterations are necessary or where new and old work join, restore adjacent
surfaces to their condition existing prior to start of work.
City of Lubbock, Municipal Water Treatment Plant
01800-3
1
G.
Hot dip galvanize (or paint in accordance with Section 09905) all steel sleeves
2
3
installed.
J
4
H.
Install sleeves and pipes in accordance with ACI 318, Chapter Chapter 6.
5
6
I.
Install electrical conduit in accordance with NFPA 70, Article 501.
7
8
3.02
GENERAL SCHEDULE OF PENETRATIONS THROUGH FLOORS, ROOFS,
9
FOUNDATION BASE SLABS, FOUNDATION WALLS, FOUNDATION
10
FOOTINGS, PARTITIONS AND WALLS FOR PIPING AND CONDUIT
r
11
l
12
A.
Provide openings and penetrations in construction where shown on Drawings and
13
as described in following listing:
14
15
Type A - Block out 1 IN larger than outside dimensions of pipe, or conduits (for
16
multiple conduit assemblies). Dimension to allow for insulation to pass through
17
opening where insulation is required.
18
19
Type B - Steel pipe sleeve with wall anchor.
20
21
Type C - 12 GA sheet metal sleeve with welded seams integrally incorporated
22
into construction.
23
24
Type D - Commercial type casting wall sleeve.
r
25
26
Type E - Steel pipe sleeve with (combination anchor and water stop plate).
27
28
Type F - Cast -in -place pipe or conduit.
29
30
Type G - Cast -in -place with (combination anchor and water stop plate) welded to
31
pipe or ductwork.
32
r
33
Type H - Core drill after structure is in place.
34
35
B.
Provide seals of material and method described as follows unless otherwise noted
36
on Drawings. Assure seal material and method are compatible with location and
j
37
service of seal. Install backer rods and sealant inside annulus of sleeves as
38
specified.
39
40
Category 1 - Link -Seal
41
42
Category 2 - Lead and Oakum
43
44
Category 4 - Backer rod and sealant.
45
�" City of Lubbock, Municipal Water Treatment Plant
01800-4
1
Category 5 - Backer rod and sealant with escutcheons on both sides of opening.
2
3
Category 9 - Refer to plans.
4
5
Category 10 - Fire rated sealant.
_
6
7
Category 11 - Conduit seals.
8
_
9
C. Subject to compliance with Contract Documents, furnish openings and sealing
10
material in full accordance with Drawings and the following schedule:
11
OPENING
SEALING
LOCATION
MEDIA
TYPE
MATERIAL
CATEGORY
Through floors with bottom side
Pipes
C
4
a hazardous area
Conduits
F
11
Through floors on grade above
Pipes
F
Not required
water table
Conduits
F, A, C
4 w/opening A _
or C
Through walls where one side is
Pipes
D or E
1 or 2 .—
a hazardous area
Conduits
F
11
Through exterior wall below
Pipes
D or E
1 or 2 --
grade
Conduits
F
Not required
Through wall from wet well to
Pipes
D or E
1 _
dry well
Conduits
F
11
Through exterior wall above
Pipes
A,B,C,D,
5 w/ opening A
grade
or F
4 w/ opening B,
Conduits
A or F
C or D A
5 w/ opening A
Roof penetrations
Pipes
A
9
Conduits
A
9
F
Not required
Through interior walls and slabs
Pipes
A or C
4
unless specifically covered
Conduits
A or F
4 for opening A
above
12
13
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
02072 - 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
SECTION 02072
DEMOLITION, CUTTING AND PATCHING
PART 1-GENERAL
1.01 SUMMARY
A. Section Includes:
1. Demolition, cutting and patching.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the
Contract.
2. Division 1 - General Requirements.
3. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Qualifications: ,
1. Use only firms or individual trades qualified to perform work required under
this Section.
1.03 DELIVERY, STORAGE, AND HANDLING
A. General:
1. Salvage items, designated by Owner, salvage as a unit. Clean, list, tag for
storage. Protect from damage and deliver to location designated. Salvage each
item with auxiliary or associated equipment required for operation.
1.04 SITE CONDITIONS
A. Perform preliminary investigations as required to ascertain extent of work.
Conditions which would be apparent by such investigation will not be allowed as
cause for claims for extra costs.
B. Contractor shall have full responsibility for any and all damages to existing
facilities.
C. Take any necessary photographs of existing facilities/construction to verify
existing conditions.
D. File a report to the Owner listing any existing damage prior to commencement of
work.
City of Lubbock, Municipal Water Treatment Plant
02072 - 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
1.05 SEQUENCING AND SCHEDULING
A. Coordinate and reschedule work as required to preclude interference with other
operations and maintain continuous uninterrupted operation of the existing
facilities.
1.06 PERMITS
A. Obtain and pay for all permits required by all authorities having jurisdiction and
notify all involved utility companies.
B. Obtain approval of authorities having jurisdiction for any work which affects
access to or exit from such areas. Obtain approval of authorities for any
temporary construction which affects such areas.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the following
Manufacturers are acceptable:
1. Nonshrink grout:
a. Euco N/S by Euclid Chemical Co.
b. Masterflow 713 by Master Builders.
2. Epoxy bonding adhesive:
a. Euco No.452 MV by Euclid Chemical Co.
b. Sikadur 32, Hi -Mod by Sika Corporation.
2.02 MATERIALS
A. Temporary Partitions:
1. Plywood: 1 /2 IN minimum CDX grade for interior or exterior use.
2. Paneling: 1/4 IN minimum for interior use.
B. Nonshrink Grout:
1. Nonmetallic, noncorrosive and nonstaining.
2. Premixed with only water to be added in accordance with manufacturer's
instructions at jobsite.
3. Grout to produce a positive but controlled expansion. Mass expansion not to
be created by gas liberation or by other means.
4. Minimum compressive strength at 28 days to be 6500 psi.
5. Coat exposed edges of grout with a cure/seal compound recommended by
grout manufacturer.
C. Epoxy Bonding Adhesive:
City of Lubbock, Municipal Water Treatment Plant
r
a
02072 - 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
F
1. Two component, moisture insensitive adhesive manufactured for the purpose
of bonding fresh concrete to hardened concrete.
PART 3 - EXECUTION
3.01 PREPARATION
A. Provide temporary partitions as required in public areas:
1. Construct partitions of braced plywood in exterior areas.
2. Adequately braced paneling may be used in interior areas.
B. Provide covered passageways where necessary to ensure safe passage of persons
in or near areas of work.
C. Provide substantial barricades and safety lights as required.
D. Provide temporary dustproof partitions where indicated or necessary:
1. Prevent infiltration of dust into occupied areas.
E. Provide temporary weather protection as necessary.
3.02 INSTALLATION
A. Cutting and Removal:
1. Remove existing work indicated to be removed, or as necessary for installation
of new work.
2. Neatly cut and remove materials, and prepare all openings to receive new
work.
3. Remove masonry or concrete in small sections.
4. Removal and salvage of any item of equipment shall include all accessories,
piping, wiring, supports, electrical starters and devices, fixtures, baseplates and
frames.
5. Existing underground and above -grade piping:
a. Cut, remove, abandon, disconnect, and/or salvage as specified.
b. Remove lines that interfere with new construction and plug outside of
building line.
c. Plug open ends of abandoned lines with minimum of 12 IN thick concrete.
6. Wherever equipment is demolished or removed, remove associated electrical
conduit and piping. Cut off and remove related piping electrical and plug
flush at wall, floor, or ceiling.
B. Modification of Existing Concrete:
1. Where indicated, remove existing concrete and finish remaining surfaces:
a. Protect remaining concrete from damage.
b. Make openings by sawing through the existing concrete.
City of Lubbock, Municipal Water Treatment Plant
F
02072 - 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
c. Concrete may be broken out after initial saw cuts in the event concrete
thickness prevents cutting through.
d. Where sawing is not possible, make openings by drilling holes around
perimeter of opening and then chipping out the concrete:
1) Holes shall be sufficient in number to prevent damage to remaining
concrete.
2. Oversize required openings in existing concrete 1 IN on all sides and build
back to required opening size by means of nonshrink grout epoxy bonded to
the existing concrete.
3. Where oversized openings cannot be made, remove the concrete to.the required
opening size and cut back exposed reinforcing flush with concrete.
C. Matching and Patching:
1. Walls, ceilings, floors or partitions:
a. Repair abutting walls, ceilings, floors or partitions disturbed by removal.
b. Match and patch existing construction disturbed during installation of new
work.
2. Methods and materials:
a. Similar in appearance, and equal in quality to adjacent areas for areas or
surfaces being repaired.
b. Subject to review of Owner.
D. Salvaged Items:
1. Thoroughly dry and clean all metal surfaces.
2. Prime all bare metal in accordance with Section 09905.
3. Clean and lubricate motors and other moving parts.
4. Brace motors attached to flexible mountings until reinstallation.
5. Dispose of items or materials not designated for Owner's salvage or reuse.
Promptly remove from site.
6. Do not store or sell Contractor salvaged items or materials on site.
E. Clean Up:
1. Transport debris and legally dispose of off site.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
09905 - 1
1
SECTION 09905
2
3
PAINTING AND PROTECTIVE COATINGS
4
5
6
PART 1 - GENERAL
7
8
1.01
SUMMARY
9
10
A.
Section Includes:
11
1. Painting and protective coatings.
12
13
B.
Related Sections include but are not necessarily limited to:
14
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the
15
Contract.
16
2. Division 1 - General Requirements.
17
18
1.02
QUALITY ASSURANCE
19
20
A.
Referenced Standards:
21
1. American National Standards Institute (ANSI):
22
a. A224.1, Test Procedures and Acceptance Criteria for Prime Painted Steel
23
Surfaces for Steel Doors and Frames.
24
2. Steel Structures Painting Council (SSPC):
25
a. SP-1, Solvent Cleaning.
26
b. SP-2, Hand Tool Cleaning.
27
c. SP-3, Power Tool Cleaning.
28
d. SP-6, Commercial Blast Cleaning.
29
e. SP-10, Near -White Blast Cleaning.
30
_.
31
B.
Qualifications:
32
1. Applicator approved in writing by coating manufacturer or authorized coating
33
manufacturer's representative.
34
2. Applicator shall have minimum of 5 years experience in application of similar
35
products. Provide references for minimum of three different projects
36
completed in last 5 years. Include name and address of project, size of project
37
in value (painting) and contact person.
38
39
C.
Miscellaneous:
40
1. Furnish paint through one manufacturer when possible.
41
42
1.03
DEFINITIONS
43
44
A.
Applicator: Individual actually performing work on site.
45
City of Lubbock, Municipal Water Treatment Plant
09905 - 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
B. Approved Factory Finish: Finish on a product in compliance with the finish
specified in the section where the product is specified.
C. Corrosive Environment: Immersion in, or not more than 6 IN above, or subject to
frequent spillage or splash of a corrosive material such as: Water, wastewater, or
chemical solution; or chronic exposure to corrosive, caustic or acidic agent,
chemicals, chemical fumes, chemical mixture, or solution.
D. Exposed Exterior Surface: Surface which is exposed to weather but not
necessarily exposed to view as well as surface exposed to view.
E. Painting Coverage Rate: Coverage expressed in SF/GAL/coat are manufacturer's
published theoretical coverage in square foot per gallon.
F. Paint includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels,
thinners, stains, epoxies, vinyls, chlorinated rubbers, coal tars, urethanes, shellacs,
varnishes, and any other applied coating specified within this Section.
G. Surface Hidden from View: Surfaces such as those within pipe chases, and
between top side of ceilings (including drop -in tile ceilings) and underside of
floor or roof structure above.
H. Thinned (when used in regard to VOC contents): In accordance with
manufacturer's recommendations.
I. VOC: Volatile Organic Compounds.
1.04 SUBMITTALS
A. Manufacturer's approval of applicator.
B. Applicator experience qualifications.
C. Approval of application equipment.
D. Painter's weekly record.
E. Manufacturer's recommendation for universal barrier coat.
F. Shop Drawings:
1. See Section 01340.
2. Product technical data including:
a. Acknowledgement that products submitted meet requirements of standards
referenced.
b. Manufacturer's application instructions.
c. Manufacturer's surface preparation instructions.
City of Lubbock, Municipal Water Treatment Plant
t
09905 - 3
t
1
d. If products being used are manufactured by Company other than listed in
2
Article 2.02, provide complete individual cut sheet comparison of proposed
3
products with specified products including application procedure, coverage
4
rates and verification that product is designed for intended use.
5
e. Manufacturer's factory -applied finish information. Refer to paragraph 2.02.
6
f. Contractor's written plan of action for containing airborne particles created
7
by blasting operation and location of disposal of spent contaminated
8
blasting media.
9
g. Coating manufacturer's recommendation on abrasive blasting.
10
3.
Certification:
11
a. Coating manufacturer's written approval of Contractor's application
12
equipment.
13
14
15
G.
Samples:
1. Manufacturer's full line of colors for Owner's color selection.
16
2. After initial color selection by Owner provide two 3 x 5 IN samples of
17
each color selected.
18
19
1.05 DELIVERY, STORAGE, AND HANDLING
20
17
21
A. Deliver
in original containers, labeled as follows:
22
1.
Name or type number of material.
23
2.
Manufacturer's name and item stock number.
24
3.
Contents, by volume, of major constituents.
25
4.
Warning labels.
r'
26
5.
VOC content.
P
27
28
29
PART 2 -
PRODUCTS
30
31
2.01 ACCEPTABLE MANUFACTURERS
t
32
33
A. Subject to compliance with the Contract Documents, the following
34
Manufacturers are acceptable:
35
1.
Tnemec.
36
2.
Ameron Protective Coatings Div.
37
3.
Glidden Coatings.
r
38
4.
Valspar Corp.
39
5.
Carboline Protective Coatings.
40
6.
Porter Coatings.
41
7.
PPG.
4 .
42
8.
Sherwin Williams.
43
9.
CON -LUX Coatings, Inc.
r
44
F
City of Lubbock, Municipal Water Treatment Plant
7
09905 - 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
2.02 MATERIALS
A. All materials used must contain not more than 3.5 LBS/GAL VOC as applied (in
thinned state) unless noted otherwise.
B. For unspecified materials such as turpentine or linseed oil, provide manufacturer's
recommended products.
C. Paint Systems - General:
1. P=prime coat. F1, F2 . . . Fn = first finish coat, second finish coat. nth
finish coat, color as selected by Engineer.
2. If two finish coats of same material are required, Contractor may, at his option
and by written approval from paint manufacturer, apply one coat equal to mil
thickness of two coats specified.
D. Products specified are manufactured by Tnemec.
E. Paint Systems:
1. System #1 - Epoxy-Polyamide Primer with Epoxy-Polyamide or
Acrylic Polyurethane Enamel Top Coats.
Tnemec
P1=66-1211 Epoxoline Primer (Epoxy-Polyamide) VOC=3.42
1 coat, 3 mils
299 SF/GAL/coat
F1= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)
.1 coat, 3 mils
300 SF/GAL/coat
*F2= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)
1 coat, 3 mils
300 SF/GAL/coat
*F2E Series 73 Endura-Shield III (Acrylic VOC=3.50
Polyurethane Enamel)
1 coat, 2.5 mils
372 SF/GAL/coat
*Replace F2 with F2E for exterior environment.
2. System #2 - NOT USED.
3. System #3 - Epoxy-Polyamide Primer with Epoxy-Polyamide'or
Acrylic Polyurethane Enamel Top Coats.
Tnemec
City of Lubbock, Municipal Water Treatment Plant
r
I
P1=Series 66 Hi -Build Epoxoline VOC=3.42
2
(Epoxy-Polyamide)
r`
3
1 coat, 2 mils
i
4
450 SF/GAL/coat
5
*F1=Series 66 Hi -Build Epoxoline
6
(Epoxy-Polyamide)
7
1 coat, 2 mils
8
450 SF/GAL/coat
9
*F1E=Series 73 Endura-Shield III (Acrylic VOC=3.5
10
Polyurethane Enamel)
11
1 coat, 2.5 mils
12
372 SF/GAL/coat
13
*Replace F1 with F1E for exterior environment
14
15
4. System #4 - Zinc -rich Urethane Primer with Epoxy-Polyamide or
16
Acrylic Polyurethane Enamel Top Coats.
17
18
Tnemec
19
�.
20
P1=90-97 Tneme-Zinc (Zinc -Rich Urethane) VOC=3.10
21
1 coat, 2.5 mils
t
22
244 SF/GAL/coat
23
24
*F1=Series 66 Hi -Build Epoxoline VOC=3.42
(Epoxy-Polyamide)
25
1 coat, 3 mils
26
300 SF/GAL/coat
27
*F1E=Series 73 Endura-Shield III (Acrylic VOC=3.50
28
Polyurethane Enamel)
29
1 coat, 2.5 mils
30
372 SF/GAL/coat
31
*Replace F 1 with F 1 E for exterior environment
32
33
5. System #5 -Moisture-Cured Urethane Primer with Epoxy-Polyamide
34
or Acrylic Polyurethane Enamel Top Coats.
35
36
Tnemec
37
38
P1=50-330 Poly-%%Ura-Prime (Moisture -Cured VOC=3.42
39
Urethane)
40
1 coat, 2.5 mils
41
327 SF/GAL/coat
42
*F1=Series 66 Hi -Build Epoxoline VOC=3.42
43
(Epoxy-Polyamide)
44
1 coat, 4 mils
45
225 SF/GAL coat
46
*F1E=Series 73 Endura-Shield III (Acrylic VOC=3.50
City of Lubbock, Municipal Water Treatment Plant
09905 - 5
09905 - 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Polyurethane Enamel)
1 coat, 4 mils
233 SF/GAL/coat
*Replace F1 with FIE for exterior environment.
6. System #6 - NOT USED.
7. System #7 - NOT USED.
8. System #8 - NOT USED.
9. System #9 - NOT USED.
10. System #10 - Epoxy-Polyamide Primer with Epoxy- Polymide and/or
Acrylic Polyurethane Enamel Top Coats.
Tnemec
P1=Series 66 Hi -Build Epoxoline VOC=3.42
(Epoxy-Polyamide)
1 coat, 3 mils
300 SF/GAL/coat
F1=Series 66 Hi -Build Epoxoline VOC=3.42
(Epoxy-Polyamide)
1 coat, 3 mils
300 SF/GAL/coat
*F2=Series 73 Endura-Shield III VOC=3.50
(Acrylic Polyurethane Enamel)
1 coat, 2.5 mils
372 SF/GAL/coat
* Add F2 for exterior environment.
11. System #11 - Zinc -Rich Urethane Primer.
-
Tnemec
P1=90-97 Tneme-zinc (Zinc -Rich Urethane) VOC=3.10
1 coat, 3.5 mils
174 SF/GAL/coat
12. System #12 - NOT USED.
13. System #13 - NOT USED.
14. System #14 - NOT USED.
City of Lubbock, Municipal Water Treatment Plant
I
09905 - 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
15. System #15 - NOT USED.
16. System #16 -NOT USED.
17. System #17 - NOT USED.
18. System #18 - NOT USED.
19. System #19 - Epoxy-Polyamide Coating.
Tnemec
P1=Series 66 Hi -Build Epoxoline
(Epoxy-Polyamide)
1 coat, 5 mils
180 SF/GAL/coat
20. System #20 - NOT USED.
21. System #21 - NOT USED.
22. System #22 - NOT USED.
23. System #23 - NOT USED.
24. System #24 - NOT USED.
VOC=3.42
PART 3 - EXECUTION
3.01 ITEMS TO BE PAINTED
A. Exposed Exterior Surfaces including:
1. All new plain, insulated, or wrapped piping, valves, fittings, hydrants,
and appurtenances; except when covered by lagging.
2. Ferrous metals.
3. Any surfaces damaged by Contractor Operations.
B. New and Existing Equipment:
1. Paint new and/or existing equipment, except:
a. Where noted in Article 3.02.
b. Where specified elsewhere in the Contract Documents.
City of Lubbock, Municipal Water Treatment Plant
09905 - 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
3.02 ITEMS NOT TO BE PAINTED
A. General: Do not paint items listed in Article 3.02 unless specifically noted in the
Contract Documents to be painted.
B. Items with Approved Factory Finish:
1. Do not field paint items with Approved Factory Finishes, as defined; including
the following:
a. Storage equipment.
b. HVAC equipment.
C. Electrical Equipment:
1. Do not field paint items of electrical equipment; except where painting is
specifically stated elsewhere in these Contract Documents, or where the
equipment is subject to a corrosive environment. The list of equipment
includes specific types of equipment with Approved Factory Finishes.
D. Surfaces Hidden from View including:
1. Conduit.
2. Ducts.
3. Insulation.
4. Structural steel and steel joist.
5. Miscellaneous steel.
6. Note: (Manufacturer's standard coatings, if any, may -remain).
E. Other Items:
1. Stainless steel surfaces:
a. Banding as required to identify piping.
2. Aluminum surfaces except:
a. Where specifically shown in the Contract Documents.
b. Where imbedded in concrete.
c. Where in contact with dissimilar metals.
3. Fiberglass surfaces except:
a. Fiberglass piping.
b. Piping appurtenances.
4. Interior of pipe, ductwork, and conduits.
5. Moving parts of mechanical and electrical units where painting
would interfere with the operation of the unit.
6. Code labels and equipment identification and rating plates.
7. Exterior concrete or precast concrete surfaces.
8. Face brick: Ceramic tile; quarry tile; plastic laminate.
9. Surfaces to be lagged including:
a. Piping.
b. Ductwork.
10. Steel deck except where specifically specified to be painted.
11. Contact surfaces of friction -type connections.
City of Lubbock, Municipal Water Treatment Plant
�r
4
09905 - 9
1
12. Lagging on pipe and ducts.
2
(�
3
3.03
SCHEDULE OF PAINTING SYSTEMS
l
4
5
PAINTING
6
SYSTEM
7
NUMBER
8
9
A.
Structural Steel:
l
l
10
1. All surfaces.
1
11
12
B.
Ferrous Metals:
1
13
1. Except structural steel, steel joist, galvanized steel,
14
steel doors, steel door and window frames, and products
r,
15
with approved factory finishes, and ferrous metals
16
subject to corrosive environment.
17
18
2. Includes steel piping steel handrails and guardrails,
steel stairs, pumps, and similar items. Does not include
19
ferrous metals subject to corrosive environment.
r
20
21
C.
Galvanized Metals:
`
22
1. Field cut edge where top coat is required.
4
r.
23
2. Assembled galvanized steel items.
3
l
24
3. Field touch-up of galvanized surfaces not requiring
11
25
a finish top coat.
.■
26
27
D.
Steel equipment with factory -applied prime or finish
5
28
including:
r
29
1. Equipment specifically indicated in the Contract Documents
30
to be painted. Factory -applied coats to remain.
31
�^
32
E.
Plastic Surfaces:
33
1. PVC, FRP, and CPVC surfaces.
3
34
►^
35
F.
Pipe, Valves, and Fittings:
36
1. Steel and cast-iron.
1
37
2. Stainless.
1
38
3. Brass and bronze.
3
t
39
4. PVC, FRP, and CPVC.
3
40
41
G.
Bituminous Coated Pipe and Material.
10
42
43
H.
Aluminum buried in concrete and between dissimilar motals
19
j'
44
which are not below liquid level.
45
City of Lubbock, Municipal Water Treatment Plant
I
09905 - 10
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
I. Ferrous metals subject to corrosive environment including 1
ferrous metal components of clarifier mechanisms, and similar
items.
3.04 PREPARATION
A. General:
1. Prepare surfaces to be painted in accordance with coating manufacturer's
instructions and this Section.
2. Remove all dust, grease, oil, compounds, dirt and other foreign matter which
would prevent bonding of coating to surface.
B. Protection:
1. Protect surrounding surfaces not to be coated.
2. Remove and protect hardware, accessories, plates, fixtures, finished work, and
similar items; or provide ample in -place protection.
C. Prepare and Paint Before Assembly: Where equipment is subject to corrosive
environment, prepare and paint, before assembly, all surfaces which may be
subject to corrosive environment which are inaccessible after assembly.
D. Ferrous Metal:
1. Complete fabrication, welding or burning before beginning surface
preparation.
a. Chip or grind off flux, spatter, slag or other laminations left from welding.
b. Remove mill scale.
c. Grind smooth rough welds and other sharp projections.
2. Surfaces subject to corrosive environment:
a. Near -white blast clean in accordance with SSPC SP-10.
3. Interior and exterior surfaces not subject to corrosive environment (including
structural steel surfaces):
a. Commercial blast clean in accordance with SSPC SP-6.
b. Engineer reserves right to accept preparation of these surfaces in accordance
with SSPC SP-3 for areas not practical or possible to abrasive blast to SSPC
SP-6 requirements.
4. Surfaces of steel joists:
a. Power tool or hand clean in accordance with SSPC SP-2 or SP3.
5. Bituminous coated ductile iron pipe: Commercial blast clean in accordance
with SSPC SP-6.
E. Hollow Metal:
1. Solvent clean in accordance with SSPC SP-1.
F. Galvanized Metal:
1. Solvent clean in accordance with SSPC SP-1.
City of Lubbock, Municipal Water Treatment Plant
r
09905 - 11
` I G. Gypsum Wallboard:
2 1. Repair minor irregularities left by finishers.
3 2. Avoid raising nap of paper.
4 3. Verify moisture content is less than 8 percent prior to painting.
r
5
6 H. Concrete and Concrete Block Masonry:
7 1. Cure for minimum of 28 days.
8 2. Verify that moisture content is below 8 percent.
9
10 I. Preparation by Abrasive Blasting:
11 1. Schedule the abrasive blasting operation so blasted surfaces will not be wet
12 after blasting and before painting.
13 2. Reblast surfaces allowed to set overnight prior to priming or surfaces that show
14 rust bloom.
15 3. Profile depth of blasted surface: Not less than 1 mil or greater than 2 mils
16 unless noted otherwise by coating manufacturer.
17 4. Provide compressed air for blasting that is free of water and oil. Provide
18 accessible separators and traps.
19 5. Confine blast abrasives to area being blasted.
20 a. Provide shields of polyethylene sheeting or other such barriers to confine
21 blast material.
22 b. Plug pipes, holes, or openings before blasting and keep plugged until blast
23 operation is complete and residue is removed.
24 6. Protect nameplates, valve stems, rotating equipment, motors and other items
25 that may be damaged from blasting.
26 7. Reblast surfaces not meeting requirements of these Specifications.
27 8. Do not reuse abrasive blasting material.
28 9. Properly dispose of blasting material which has been contaminated with debris
29 from blasting operation.
30
31 J. Take samples of existing paint film, which is to be removed by abrasive blasting,
32 and have samples tested by a testing laboratory to determine if existing paint film
33 contains lead, asbestos or any other health hazard. If existing paint film is found
34 to contain lead, asbestos, or any other health hazard, notify the Owner
35 immediately. Contractor shall prepare plan of action for safe removal of
36 contaminated paint.
37
38 K. Preparation for Application of Liquid Water -Proofing Compound: High pressure
39 water blast concrete surfaces with minimum water pressure of 3000 psi measured
40 at the tip. Water pressure should be sufficient to remove curing compounds, form
41 release agents and other contaminants that might inhibit penetration of water-
42 proofing compound.
43
City of Lubbock, Municipal Water Treatment Plant
09905 - 12
1 3.05 APPLICATION
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. General:
1. Mix and apply coatings by brush, roller, or spray in accordance with
manufacturer's installation instructions.
a. Application equipment must be inspected and approved in writing by
coating manufacturer.
2. Temperature and Weather Conditions:
a. Do not paint surfaces when surface temperature is below 50 DegF.
b. Avoid painting surfaces exposed to hot sun.
c. Do not paint on damp surfaces.
3. Apply structural steel and steel joist prime coat in the factory and finish coats
in the field.
4. Provide complete coverage to mil thickness specified.
a. Thickness specified is dry mill thickness.
b. All paint systems are "to cover." In situations of discrepancy between
manufacturer's square footage coverage rates and mil thickness, mil
thickness requirements govern.
c. When color or undercoats show through, apply additional coats until paint
film is of uniform finish and color.
5. If so directed by Owner, do not apply consecutive coats until Owner has
had an opportunity to observe and approve previous coats.
6. Apply materials under adequate illumination.
7. Evenly spread and flow on to provide full, smooth coverage.
8. Work each application of material into corners, crevices, joints, and other
difficult to work areas.
9. Avoid degradation and contamination of blasted surfaces and avoid intercoat
contamination.
a. Clean contaminated surfaces before applying next coat.
10. Smooth out runs or sags immediately, or remove and recoat entire surface.
I L' Allow preceding coats to dry before recoating.
a. Recoat within time limits specified by coating manufacturer.
12. Allow coated surfaces to cure prior to allowing traffic or other work to
proceed.
13. Coat all aluminum in contact with dissimilar materials.
B. Prime Coat Application:
1. Prime all surfaces indicated to be painted. Touch up damaged primer coats
prior to finish coats.
Restore primed surface equal to surface before damage.
2. -Ensure field -applied coatings are compatible with factory -applied coatings.
a. Employ services of coating manufacturer's qualified technical
representative to determine if factory -applied coatings are compatible with
proposed field -applied coatings. If factory -applied coating is found to be
not compatible with proposed field -applied coatings, require the coating
manufacturer's technical representative to recommend, in writing, product
City of Lubbock, Municipal Water Treatment Plant
09905 - 13
1
to be used as barrier coat, thickness to be applied, surface preparation, and
2
method of application.
C
3
b. At Contractor's option, factory -applied coatings may be removed, surface
4
reprepared, and new coating applied using appropriate paint system listed in
5
paragraph 2.02 E.
r
6
3.
Apply primer to abrasive blasted surface the same day the surface is blasted
-
7
and before rust bloom occurs.
8
4.
Prime ferrous metals embedded in concrete to minimum of 1 IN below
9
exposed surfaces.
10
5.
Apply zinc -rich primers while under continuous agitation.
11
6.
Ensure abrasive blasting operation does not result in embedment of abrasive
12
particles in paint film.
13
7.
Brush or spray bolts, welds, edges and difficult access areas with primer prior
14
to primer application over entire surface.
r
15
8.
Backroll concrete, masonry, gypsum board and plaster surface with a roller if
16
primer has been spray applied.
17
9.
Fill all pores of concrete block completely using block filler specified.
18
19
C. Finish Coat Application:
20
1.
Apply finish coats in accordance with coating manufacturer's written
21
instructions and as written in this Section.
`
22
2.
Touch up damaged finish coats using same application method and same
23
material specified for finish coat. Prepare damaged area in accordance with
Article 3.04.
24
25
26
27
3.06 COLOR CODING
28
A. Color and band piping in accordance with Article 3.09 of this Section.
�+
29
1.
Band piping using maximum of three different colors at 20 FT maximum
30
centers.
31
2.
Place bands:
�•
32
a. Along continuous lines.
33
b. At changes in direction.
34
c. At changes of elevation.
35
d. On both sides of an obstruction (i.e., wall, ceiling) that painted item passes
s
36
through.
37
3.
Band width for individual colors (pipe diameter measured to outside of
"^
38
insulation):
39
a. Piping up to 8 IN DIA: 2 IN minimum.
40
b. Piping greater than 8 IN up to 24 IN DIA: 4 IN minimum.
r^
41
c. Piping greater than 24 IN up to 48 IN DIA.: 6 IN minimum.
42
d. Piping greater than 48 IN DIA: 8 IN minimum.
43
71,
City of Lubbock, Municipal Water Treatment Plant
09905 - 14
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
3.07 FIELD QUALITY CONTROL
A. Maintain daily record showing:
1. Start date and time of work in each area.
2. Date and time of application for each following coat.
3. Moisture content of substrate.
4. Provisions utilized to maintain temperature and humidity of work area
within manufacturer's recommended ranges.
B. Where a wall or ceiling is disturbed and patched, repaint entire wall or ceiling.
C. Measure wet paint with wet film thickness gages.
D. Measure paint dry film thickness with Mikrotest gage calibrated against National
Bureau of Standards "Certified Coating Thickness Calibration Standards."
1. Engineer may measure paint thickness at any time during project to assure
conformance with specifications.
E. Measure surface temperature of items to be painted with surface temperature gage
specifically designed for such.
F. Measure substrate humidity with humidity gage specifically designed for such.
G. Provide wet paint signs.
3.08 CLEANING
A. Clean paint spattered surfaces. Use care not to damage finished surfaces.
B. Upon completion of painting, replace hardware, accessories, plates, fixtures, and
similar items.
C. Remove surplus materials, scaffolding, and debris. Leave areas broom clean.
3.09 SCHEDULE
A. Piping and Pipe Banding Color Schedule (Colors based on Tnemec):
SERVICE PIPE COLOR
Air: White-AA90
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
a
71
SECTION 10400
IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Identification, stenciling, and tagging of piping, electrical
equipment, and valves, pumps, ductwork, process equipment and
similar items and including hazard and safety signs.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American National Standards Institute (ANSI):
a. Al3.1, Scheme for Identification of Piping Systems.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Product technical data including:
a. Acknowledgment that products submitted meet requirements of
standards referenced.
b. Identification register listing all items to be identified,
type of identification system to be used, lettering,
location and color.
c. Catalog information for all tagging systems.
d. Updated, complete, identification register with
nonconflicting numerical assignments submitted prior to
project acceptance.
PART 2 - PRODUCTS
2.01 MANUFACTURED UNITS
10400-1
City of Lubbock, Municipal Water Treatment Plant
10400-2
A. Metal Tags (Type A):
1. Approved manufacturers:
a. W H Brady Co., Catalog 5-10, #23210 (1-1/2 IN Brass), #23211
(2 IN brass), #B-906 (2 IN aluminum).
b. National Band and Tag Co., Catalog 862, Style 81 or Style
93.
c. Carlton Industries, Inc., #8813 or #8814 (aluminum), #BT-220
or #BT-230 (brass). _
2. Material: Brass or aluminum, optional, except where specified.
3. Size:
a. 1-1/2 IN DIA for one line of text, 2 IN DIA for two lines.
b. Brass: 0.04IN..
c. Aluminum: 0.04IN.
4. Legend: Stamped and filled.
B. Fiberglass Reinforced Plastic Tags (Type B):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog 5-10, #B-120.
b. Or approved equal.
2. Material: Fiberglass reinforced plastic.
3. Size: Approximately 2 x 2 IN.
4. Legend: Preprinted and permanently embedded.
C. Laminated Plastic Tags (Type C):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #B-911.
b. Or approved equal.
2. Material: Polyester laminate.
3. Size: Approximately 2 x 2 IN.
4. Legend: Preprinted and permanently embedded.
D. Fiberglass Reinforced Plastic Signs (Type D): --
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #B-120.
b. Or approved equal. —
2. Material: Fiberglass reinforced plastic.
3. Size:
a. Surface: As scheduled.
b. Thickness: 0.10IN.
4. Fabrication:
a. Rounded corners.
b. Drilled holes in corners with grommets.
5. Legend: Preprinted and permanently embedded.
E. Phenolic Name Plates (Type E):
1. Approved manufacturers and catalog numbers:
City of Lubbock, Municipal Water Treatment Plant
r
10400-3
a. W H Brady Co., Catalog S-10, #B-1.
b. Or approved equal.
2. Materials: Phenolic.
1
1
3. Size:
a. Surface: As required for text.
b. Thickness: 1/16IN.
4. Fabrication:
a. Three layers laminated.
b. Legend engraved through top lamination into center
lamination.
,.,
c. Drilled holes with grommets for mounting.
F. Pressure Sensitive Vinyl Cloth Markers (Type F):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #B-946.
b. Or approved equal.
2. Material: Self -sticking vinyl
3. Size:
a. Surface: As required by text.
G. Underground Alarming Tape (Type G):
1. Approved manufacturers and catalog numbers:
a. W H Brady Co., Catalog S-10, #91296.
b. Or approved equal.
2. Material: Polyethylene.
3. Thickness: 3.5 mils.
4. Tensile strength: 1750 psi.
5. Size: 6 IN wide (minimum).
6. Legend: Preprinted and permanently imbedded.
a. Message continuous printed.
H. Stenciling System (Type H):
1. Material:
a. Exterior type stenciling enamel
b. Black or white for best contrast.
c. Either brushing grade or pressurized spray can form and
grade.
I. Substitutions:
1. Submit requests for substitutions in accordance with
Specification Section 01640.
J. Acceptable Manufacturers and Catalog Numbers:
1. Products listed above by manufacturer and catalog number are
approved, subject to compliance with Contract Documents.
r
City of Lubbock, Municipal Water Treatment Plant
6
10400-4
2.02 ACCESSORIES
A. Fasteners:
1. Bead chain: #6 brass or stainless steel (BC).
2. Plastic strap: Nylon, urethane or polypropylene (PS).
3. Screws: Self -tapping, stainless (screws).
4. Grommets: Stainless steel.
5. Anchor for brass tag: See paragraph 2.01 A.S.
6. Adhesive, solvent activated.
2.03 EXTRA MATERIALS
A. Furnish minimum of 5 percent extra stock of each identification -
material required, including tags (not less than 3).
B. Where stenciled markers are provided, clean and retain stencils
after completion and include in extra stock, along with required
stock of paints and applicators.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install tagging, stenciling, and identification items at required
locations.
B. Provide arrows and markers on piping and ducts.
1. At 20 FT maximum centers along continuous lines.
2. At changes in direction (route) or obstructions.
3. At valves, risers, "T" joints, machinery or equipment.
4. Where pipes and ducts pass through floor, wall, ceiling,
cladding assemblies and like obstruction.
a. Provide markers on both sides of obstruction.
C. Position markers on both sides of pipe or duct with arrow markers
pointing in flow direction. If flow is in both directions use
double headed arrow markers.
D. Apply tapes and stenciling in uniform manner parallel to piping and'
ducts. ._
E. Attach tags to equipment with sufficient surface or body area with
solvent activated adhesive applied to back of each tag.
F. Attach tags with 1/8 IN round or flat head screws to equipment
City of Lubbock, Municipal Water Treatment Plant
r
r
without sufficient surface or body area, or porous surfaces. Where
attachment with screws should not or cannot penetrate substrate,
attach with plastic strap.
G. Single items of equipment enclosed in a housing or compartment to be
tagged on outside of housing. Several items of equipment mounted in
housing to be individually tagged inside the compartment.
H. For electrical trenches with duct banks or directly buried cable,
install underground hazard tape 6 IN below finished grade where
conduit or duct bank is 12 IN or more below finished grade, and 3 IN
below finished grade where conduit or duct bank is less than 12 IN
below finished grade.
3.02 SCHEDULE
A. Identify, tag, or stencil the items shown in the following schedule:
ITEM
ID TYPE FASTENER
1. Yard valves, buried, with
A
valve box and concrete pad.
Brass only Embedded
a. Fastener: Use tag with
anchor. Embed in
concrete pad.
b. Legend: Valve desig-
nation as indicated on
Contract Drawings.
2. Valves and slide gates:
a. Exterior:
A or B BC or PS
b. Interior:
A or B BC or PS
c. Legend: Item designation
as indicated on Contract
Drawings.
3. Pumps, pump motors, blowers,
A,B or H Screws or
air compressors, and other
Adhesive
rotating equipment:
a. Legend: Item designation
as indicated on Contract
Drawings, e.g., Primary
Sludge Pump P-212.
4. Instrumentation, e.g., flow
A or B BC or PS
control valves, primary elements,
etc..
10400-5
City of Lubbock, Municipal Water Treatment Plant
10400-6
a. Legend: Item designation
as indicated on Contract
Documents.
5. Process equipment tanks and D or H
basins, e.g., grit washers,
bar screens, clarifiers,
trickling filters, bio-discs,
digester covers, etc:
a. Legend: Item designation
indicated on Contract
Documents.
b. Size: 7 x 10. -
c. Letters: 1 IN high black
letters on white background.
6. Piping: F or H
a. Legend: Item designation
as indicated on Contract
Documents.
b. In accordance with ANSI
13.1.
c. As specified herein and in
Section 09905.
7. Miscellaneous tanks, e.g., F or H
break tanks, chemical tanks,
expansion tanks, hydropneumatic
tanks, air receivers, etc.
a. Legend: Item designation as
indicated on Contract Drawings.
b. Size: As required by legend.
c. Letters: 1 IN high black
letters on white background.
8 HVAC equipment:
Screws
N/A
N/A
a. If possible: D or H Screws
- Alternate, with
approval of shop
drawing by Engineer. A or B BC or PS
b. Legend: Item description
as indicated on Contract
Drawings.
c. Size: As required by legend.
d. Letters: 1 IN high black
letters on white background.
9. Enclosures for electrical, D Screws
mechanical, and I&C equipment,
e.g., motor control centers,
panelboards, switchboards,
r-
City of Lubbock, Municipal Water Treatment Plant
y
10400-7
safety switches, control
panels, PLC's, etc., that have
a name and number as shown
on the Contract Drawings.
a. Legend: Name and number
of enclosure as indicated on
the Contract Drawings.
b. Size: As required by legend.
c. Letters: 1 IN black
letters on white background.
10. Panel -mounted controllers:
a. Controller faceplate:
- Legend: Instrument tag
number; process variable;
variable units.
- Size: As required by
legend.
- Letters: 1/4 IN high
letters. White letters
with black background
b. Controller case (visible from
panel back):
- Legend: Instrument tag
number.
- Size: As required by
legend.
- Letters: 1/4 IN high
letters. White letters
with black background.
11. Nameplate for elements or
components within or surface
mounted on enclosures for
electrical, mechanical, and
I&C equipment including
switches, instruments, etc:
a. Legend: Name and number
of each element or
component as indicated on the
Contract Drawings.
b. Size: As required by
legend.
c. Letters: 1/2 IN high
letters for element or
component names and 1/4 IN
high letters for element or
component number. White
E
E
Screws or
Adhesive
Screws
City of Lubbock, Municipal Water Treatment Plant
10400-8
letters with black
background.
12. Electrical wiring and cables F Self
carrying 600 V or less:
a. Legend: Wire or cable
number as shown on Contract
Drawings, on each end of
each wire or cable.
b. Size: As required by
legend.
c. Letters: Minimum 1/4IN
high yellow letters on
standard background.
13. Electrical wires and cables B or C PS
carrying over 600 V:
a. Legend: Name of wire or
cable and circuit
designation. Phase
designation A, B, C.
Multiple conductor
circuits designated Al,
A2, A3, B 1, etc., so
each cable has unique
designation. Also, brief
name of circuit designation.
Mark each end of each wire
or cable.
b. Size: 2 x 3 IN minimum.
c. Letters: 1/4 IN high
black letters on yellow
background.
14. Electrical conduit carrying F Self
over 600 V:
a. Legend: Word "DANGER"
followed by voltage from
feeder and name and number
of item being fed by feeder.
Mark each end of conduit.
b. Size: As required by
legend.
c. Letters: 1/2 IN high black
letters on orange
background.
d. Interval:
15. Electrical panelboards with F Self
120 V or more:
City of Lubbock, Municipal Water Treatment Plant
10400-9
I
F
r
a. Legend:
b. Size:
c. Letters:
16. Electrical trenches with duct G N/A
banks or directly buried
conduit:
a. Legend: CAUTION CAUTION CAUTION (1 st line),
BURIED ELECTRIC LINE (2nd line).
b. Letters: 1-1A IN minimum.
c. Interval: Continuous.
d. Color: Red with black letters.
17. Trenches with direct buried or G N/A
conduit encased telephone lines:
a. Legend: CAUTION CAUTION CAUTION (1 st line),
BURIED TELEPHONE LINE (2nd line).
b. Letters: 1-1A IN minimum.
c. Interval: Continuous.
d. Color: Orange with black
letters.
18. Buried natural gas piping: G N/A
a. Legend: CAUTION CAUTION CAUTION (1 st line),
BURIED GAS LINE (2nd line).
b. Letters: 1-1A IN minimum.
c. Interval: Continuous.
d. Color: Yellow with black
letters, except 3 IN and
smaller irrigation pipe.
19. Buried potable water piping: G N/A
a. Legend: CAUTION CAUTION CAUTION (1st line),
BURIED WATER LINE (2nd line).
a. Letters: 1-1/4 IN minimum.
b. Interval: Continuous.
c. Color: Blue with black letters.
20. Buried storm and sanitary sewer G N/A
lines:
a. Legend: CAUTION CAUTION CAUTION (1st line),
BURIED SEWER LINE (2nd line).
b. Letters: 1-1/4 IN minimum.
c. Interval: Continuous.
d. Color: Green with black letters.
21. Buried sample water piping: G N/A
a. Legend: CAUTION CAUTION CAUTION (1st line),
BURIED SAMPLE WATER LINE (2nd line).
b. Letters: 1-1/4 IN minimum.
c. Interval: Continuous.
d. Color: Green with black letters.
City of Lubbock, Municipal Water Treatment Plant
10400-10
22. Trenches with direct buried or G N/A
conduit encased computer or SCADA
system communications lines:
a. Legend: CAUTION CAUTION CAUTION (1st line),
BURIED COMPUTER LINE (2nd line).
b. Letters: 1-1/4 IN minimum.
c. Interval: Continuous.
d. Color: Orange with black _
letters.
23. Buried chemical feed piping, e.g. G N/A
chlorine solution, polymer solution,
caustic solution, etc.:
a. Legend: CAUTION CAUTION CAUTION (1st line),
BURIED CHEMICAL LINE (2nd line).
b. Letters: 1-1/4 IN minimum.
c. Interval: Continuous.
d. Color: Yellow with black
letters.
LEGEND OF SCHEDULES IN ARTICLES 3.02 AND 3.03 ABOVE:.
1. Type of Sign and Size:
D = DANGER
C = CAUTION
SI = SAFETY INSTRUCTIONAL —
Size: height x width
2. Vendor Catalog Identification:
Brady Catalog 5-10.
3. Orientation:
L = Landscape (Horizontal)
P = Portrait (Vertical)
4. Legend: Additional legend after word or words in panel, or
complete legend where sign has no panel.
5. Location: Place on wall or column, except as noted. Normal
height to center of sign: 6 FT.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
,
rr
I
10444-1
1
SECTION 10444
2
3
SIGNAGE
4
5
6
PART 1 - GENERAL
7
8
1.01
SUMMARY
r-
9
10
A.
Section Includes:
11
1. Plaques.
12
13
B.
Related Sections include but are not necessarily limited to:
r,
14
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the
15
Contract.
16
2. Division 1 - General Requirements.
17
18
1.02
QUALITY ASSURANCE
19
i.r
20
A.
Referenced Standards:
21
1. American Society for Testing and Materials (ASTM):
22
a. B26, Standard Specification for Aluminum - Alloy Sand
23
Castings.
24
25
1.03
SUBMITTALS
26
27
A.
Shop Drawings:
28
1. See Section 01340.
r-�
29
2. Product technical data including:
!
30
a. Acknowledgement that products submitted meet requirements of standards
31
referenced.
r
32
b. Manufacturer's installation instructions.
?'
33
c. Color charts for Engineer's color selection.
34
3. Plaque showing finish, size, letter style, text border and installation detail.
r"
35
i ;
36
B.
Samples:
37
1. Sample of plaque and exterior signage finish.
r
38
i
39
40
PART 2 - PRODUCTS
41
42
2.01
ACCEPTABLE MANUFACTURERS
43
44
A.
Subject to compliance with the Contract Documents, the
1
45
following Manufacturers are acceptable:
46
1. Building identification signage:
r
i
r-
City of Lubbock, Municipal Water Treatment - Contract 7
10444-2
1
a. A R K Ramos Manufacturing Co., Inc.
2
b. Metal Arts.
3
_
c. Metallic Arts.
4
d. The Southwell Co.
5
e. Andco Industries Corp.
6
7
B.
Submit requests for substitution in accordance with Specification Section 01640.
8
_
9
2.02
MATERIALS
10
11
A.
Plaque: Cast aluminum.
12
13
2.03
FABRICATION
14
15
A.
Plaque:
16
1. Size: 28 IN x 26 IN.
17
2. Cast letters.
18
3. Plaques layout shall be as indicated in Part 3.02.
19
20
PART 3 - EXECUTION
21
22
3.01
INSTALLATION
23
24
A.
Install plaque as directed by Owner.
25
26
3.02
SCHEDULE --
27
28
A.
Provide plaque as follows:
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
_
45
46
END OF SECTION
City of Lubbock, Municipal Water Treatment - Contract 7
i
13222 - 1
7, 1
2
3
4
5
6
7
8
,r 9
10
r
11
d 12
P` 13
14
15
` 16
17
18
19
rK 20
f.
21
22
23
i 24
25
r. 26
e 27
28
29
30
31
32
33
34
7 35
36
37
7 38
39
40
41
42
43
44
r
SECTION 13222
FILTER UNDERDRAINS
PART 1 - GENERAL
1.01 SUMMARY
A. There shall be furnished a filter underdrain system for a total often (10) dual filter
cells. The filter underdrain system shall be installed in the filter cells as shown on
the Contract Plans. The filter underdrain system will be designed to collect filtered
water, evenly distribute air and water for filter media cleaning during the backwash
cycle.
B. The manufacturer/supplier shall be responsible for designing and furnishing a
system that meets all flow and structural design requirements herein specified. The
manufacturer/supplier shall furnish the installing contractor with such installation
details and recommendations as are necessary to acceptably interface the filter
underdrain system with the filter box and air supply, including requirements for
grouting keys and pockets, dowels, support ledges, anchorage, and appurtenances
required to provide a properly working filter installation.
C. The filter underdrain system shall include installation of filter underdrain and air
headers, hydrostatic testing of the underdrain, and the testing of the entire system
for air and water distribution. The entire filter underdrain system shall be designed
to withstand, with a prudent safety factor, intermittent operation, or continuous 24
hour per day operation.
D. Any modification required to accommodate the filter underdrain proposed shall be
provided by the re -manufacturer at no additional cost to the OWNER.
E. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the
Contract.
2. Division 1 - General Requirements.
3. Section 13224 - Filter Media.
6. Division 15 - Mechanical.
1.02 QUALITY ASSURANCE
A. Qualifications:
1. The supplier of the underdrain system shall furnish sufficient information as to
experience in design,
manufacture, and operation of such equipment.
City of Lubbock, Municipal Water Treatment Plant
13222 - 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
2. The information shall include, but not be limited to, operating and experience
data from at least two installations of the proposed underdrain for a similar
system.
3. In lieu of submitting the operating and experience data as listed in Item 1 and 2
above, the underdrain supplier shall conduct a performance test and furnish a
Bonded Process Guarantee.
1.03 COORDINATION
A. All material to be installed under this section shall be coordinated with related
items of filter equipment and materials covered in other sections.
1.04 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
2. Product technical data including:
a. Acknowledgement that products submitted meet requirements of standards
referenced.
b. Manufacturer's installation instructions.
3. Complete drawings and descriptive data for filter underdrains and materials.
Information shall include, but not be limited to, the following:
a. Complete details of the design, construction, and operation.
b. Materials of construction.
c. Installation details and leveling requirements.
d. The maximum percentage of flow maldistribution within a filter.
e. Certification of compatibility of the underdrain system with the filter media
to be furnished.
f. Full and complete design calculations showing conformity with all now
design requirements. Submittal data shall include the full range of flow
conditions specified, and shall indicate pertinent physical relationships
between air and water metering orifices; cross -sectional flow areas for water
and air during transport to the flow metering elements; relative magnitudes of
entrance, transport, metering, and discharge losses.
g. Three copies of full and complete test reports for all field tests, describing the
units tested, the type of test, test setups, procedures, and instrumentation; and
test flowrates, pressures, and instrumentation; and test flowrates, pressures,
levels, and all other data and test results as required to demonstrate that all
items tested meet the requirements of the Contract Documents.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Handling and storage:
1. Underdrain components shall be handled carefully to prevent damage and shall
be stored on platforms so they are supported clear of the ground.
2. The Contractor shall replace all units damaged during handling and shipping.
City of Lubbock, Municipal Water Treatment Plant
13222 - 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
3. Only sound, undamaged units shall be used in the work.
4. Any items damaged before final completion of the work under this contract shall
be removed and replaced with undamaged units by and at the expense of the
Contractor.
1.06 PATENTS
A. The Contractor shall pay all license fees, protect and indemnify the Owner and
Engineer from any patent infringements regarding the use of specified equipment.
The Contractor shall also warrant that the use of this system and its equipment, in
the process for which the system has been expressly designed and sold by the
supplier hereunder, will not infringe on any U.S. or foreign patent.
1.07 PROCESS PERFORMANCE GUARANTEE REQUIREMENTS
A. Performance Guarantee:
1. Any Process Performance Guarantee required by a supplier not meeting the
requirements of paragraph 1.02, shall be made to the City of Lubbock, Texas by
the underdrain system supplier in connection with filter underdrain system
provided and installed by the Contractor.
2. The Underdrain Manufacturer shall provide a written warranty for a period of
five years from the date fo acceptance by Owner. Additionally the underdrain
manufacturer shall provide a Process Performance Guarantee. The process
guarantee shall be a Performance bond with a Best's rating of "A" or higher,
held open for a period of two years after the bond is issued. The bond shall be
in an amount of the complete filter media and underdrain installation contract
price. -
3. The Underdrain Manufacturer's Warranty and the Bonded Process Performance
Guarantee shall guarantee that the filter underdrain system as installed shall
satisfy the performance and functional requirements as listed in paragraph 2.04
of this section."
B. Five Year Plant Operation: Should a problem develop with the filter operation at
any time during the five year period after substantial completion, the underdrain
system supplier shall render assistance per the following protocol.
1: The first order of response is to render assistance by technical service staff via
telephone facsimile, and hardcopy by mail.
2. Should the problem continue, a representative shall visit the site within 24 hours
after the request is made.
3. If after 1 and 2 the problems continues, a manufacturer's serviceman will visit
the site within a maximum of 10 days of notice.
C. Exclusive Remedy: In the event the filter underdrain fails to meet the
requirements of the Process Performance Guarantee, it will be the underdrain
system supplier's sole remedy to replace or modify the filter underdrain as
appropriate to enable such to meet said Guarantee. The underdrain supplier shall
City of Lubbock, Municipal Water Treatment Plant
13222 - 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
bear any and all costs of such remedial action. This obligation however, shall not
exceed the amount of the performance bond.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the following manufacturers
are acceptable:
1. Filter underdrains:
a. Wheelabrator Engineered Systems, Inc., Triton Non -Metallic Underdrain
System.
b. F.B. Leopold Company, Universal Type S Underdrain.
c. TETRA Technologies, Inc., "U" Block.
2.02 PROCESS DESCRIPTION
A. The filter underdrain will support a mixed media bed cleaned by air and water
backwashing. The filter underdrain system shall be as generally shown'on the
Drawings. The underdrain system shall be arranged for entry of water from
existing filter backwash water openings and air from new overhead supply header.
The air distribution system shall consist of a 304 stainless steel header supplied by
the underdrain supplier and specially calibrated to evenly -distribute air flow via
properly located riser pipes to each underdrain lateral. Sufficient relative velocities
shall be maintained in both the header and riser pipes to ensure proper distribution
of air.
B. The cost of the underdrain system supplied shall include all costs necessary to adapt
the system to the physical layout shown on the Drawings, including modifications
of structural and mechanical work.
C. All materials used in contact with the water and backwash air shall conform to
American National Standards Institute/National Sanitation Foundation (ANSI/NSF)
Standard 61 for indirect additives. Conformance with these standards must be
obtained by certification of the products by an organization accredited by ANSI.
Prior to installation of any product, NSF standard conformance certification of all
products proposed for use must be submitted to the Engineer.
2.03 PERFORMANCE AND DESIGN REQUIREMENTS
A. The filter underdrain system shall be designed to produce uniform air and water
flows throughout the filter cell. Flow uniformity per square foot of filter area shall
be accomplished such that constant pressure and flow distribution from the top of
the underdrain occurs. The underdrain shall be designed to permit efficient and
effective operation and backwashing with no localized areas where flow rates
City of Lubbock, Municipal Water Treatment Plant
13222 - 5
r`*
f
€
1
would cause mounding, lateral displacement, or other deleterious disturbances in
2
the filter media.
3
4
B. The individual underdrain lateral units used in the system shall be of impervious,
5
high strength, completely corrosion resistant material.
y
6
i
7
C. The filter underdrain system shall be furnished and installed to perform
8
satisfactorily and as specified when operated under the following flow conditions
9
(per filter):
10
1. Downflow of filtered water at 1,060 to 5,300 gpm (1.0 to 5.0 gpm per square
11
foot).
12
2. Upflow of backwash air at 1,120 to 5,300 scfin (2.0 to 5.0 scfin per square foot).
13
3. Capable of providing backwash air at 1,120 to 5,300 scfin (2.0 to 5.0 scfin per
14
square foot) together with backwash water at 1,120 to 8,480 gpm (2.0 to 8.0
15
gpm per square foot).
16
4. Upflow of backwash water at 10,600 to 26,500 gpm (10 to 25 gpm per square
�+
17
foot).
18
19
D. Underdrain description by type:
�.
20
1. The underdrain accommodating direct retention of filter media, shall have lateral
21
opening slot width of 0.005 inches. Maximum center to center spacing of the
22
filter underdrain laterals shall be 12 IN.
••+
E
23
2. The underdrain system requiring an integral media support cap shall be made of
24
plastic beads sintered together and sealed to the top of the underdrain. The
25
maximum size of the pores shall be 700-800 microns and the pore volume shall
rR
26
be 30-50 percent of the cap's overall volume. The cap shall withstand a
27
differential flow pressure of 5 psig. The media support cap shall not increase
28
the underdrain height by more than 1-1/4 IN. Any required high density gravel
29
layer placed over IMS cap shall be coordinated with and supplied by the filter
30
media supplier. Alternately, the use of layered sintered plate cap with layered
31
pore openings of 500, 300, and 500 microns respectively shall be considered in
32
lieu of a cap requiring additional high density gravel.
33
34
E. Design of connection of underdrain laterals to the existing filter flume shall be as
35
designed by the underdrain supplier. Details shall be included with other
36
installation details included with submittals.
37
1"
38
F. Dimensions shown on the contract drawings for the air header piping are
39
minimums. It shall be the Contractor's responsibility to verify header dimensions
40
with the underdrain supplier in order to meet the process requirements. Changes
41
required to meet the requirements of the underdrain supplier shall be incorporated
e :
42
into the work at no additional cost to the Owner. Any modifications to the design
43
and layout of air header shown on the Contract Drawings shall be included and
44
detailed by the underdrain manufacturer with other installation details. The portion
i .
45
of the header located in the filter area shall be constructed. of Type 304 stainless
46
steel.
City of Lubbock, Municipal Water Treatment Plant
13222 - 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2.04 PERFORMANCE AND FUNCTIONAL REQUIREMENTS
A. The filter underdrain system shall be designed to ensure longterm stability in its
operating characteristics. The filter underdrain system shall be resistant to changes
in headloss, flow uniformity, corrosion, and any other effects that would in time
cause loss of efficiency or effectiveness of its operation.
B. The filter underdrain system, as installed, shall satisfy the following criteria for _
acceptable flow uniformity. Maldistribution of air and water flows during
backwash for all specified flow conditions shall not exceed:
1. Water: Plus or minus 5 percent of average gpm/square foot of filter.
2. Air: Plus or minus 10 percent of average cfrn/square foot of filter.
C. Excluding header piping in the filter area, other exposed or wetted metals,
including but not limited to, fabricated plates, misc. metals, anchor bolts, fasteners,
washers, spring clips, etc., shall be Type 316 stainless steel.
2.05 SPARE PARTS
A. As a minimum, the following spare parts will be furnished:
1. 2% extra anchor bolts.
.2. 2% extra hold down clamps.
3. 2% extra connection parts between the air header and the laterals.
PART 3 - EXECUTION
3.01 GENERAL
A. Furnish installation drawings and printed recommendations, as herein specified.
The installing contractor shall obtain from the underdrain manufacturer/supplier
such written installation details and recommendations as are necessary to
acceptably interface the filter underdrain system with all surrounding structures,
including requirements for grouting, dowels, support, anchorage, and the like. _
3.02 INSTALLATION
r
A. The underdrains shall be installed in accordance with the manufacturer's
recommendations as approved by the Owner.
B. Prior to installation of the replacement media and underdrain, the Contractor shall
remove all existing filter media, remove existing clay tile underdrain and clean all
surfaces prior to commencing installation.
City of Lubbock, Municipal Water Treatment Plant
13222 - 7
1
2
3
4
5
6
7
8
r^ 9
F
10
s� 11
j 12
13
14
15
16
17
r 18
19
20
21
22
23
i ! 24
25
26
27
28
29
30
31
32
33
34
r" 35
36
37
j^ 38
39
40
T" 41
42
43
44
45
46
I
C. Care shall be exercised in preparing the filter floor slab and in setting the anchors to
assure proper alignment and elevation.Steel anchor rods shall be set in the floor
slab in accordance with the drawings provided. The floor slab shall be prepared to
a flat level plane and be free of protrusions and depressions. The filter underdrain
laterals shall be leveled to within plus or minus 1/4 IN. Plates for closing the ends
of each row of laterals shall be furnished by the underdrain manufacturer and
installed by the Contractor.
D. Supervision by a representative of the underdrain manufacturer shall be present
onsite for at least the periods specified in Paragraph 3.03 MANUFACTURERS'
SERVICES.
3.03 MANUFACTURERS' SERVICES
A. A manufacturer's representative for the filter underdrain system provided shall
make no less than four trips to the jobsite and/or classroom designated by the
Owner for the minimum person -days listed for the services hereunder, travel time
excluded:
1. 10 person -days for installation assistance, inspection, and certification of the
installation.
2. 8 person -days for functional and performance testing.
B. Service by a representative of the filter underdrain manufacturer who is not a direct,
full time employee of the filter underdrain manufacturer is not acceptable.
3.04 PERFORMANCE DEMONSTRATION TESTING
A. Following the installation, the system shall be completely cleaned and washed free
of all loose materials and debris.
B. After start-up and prior to final acceptance, the Contractor shall conduct Owner
witnessed performance demonstration tests on the filter underdrains. As a
minimum, the underdrain system shall be then checked by reversal of flow -- the
same procedure as followed in backwash -- and observations made of the
uniformity of distribution, and factors such as structural stability of the installation.
The specific test procedures to be performed will be developed by the manufacturer
and be subject to approval by the Owner. Test procedures shall be submitted to
the Owner for approval with submittal drawings. Tests will be scheduled with
the Engineer at least two (2) weeks prior to the planned test date. The system shall
be installed and tested completely in accordance with
the specifications of the underdrain manufacturer, and under the direction of an
experienced field service personnel provided by the underdrain manufacturer. Tests
shall be performed at normal design rates prior to filter media placement. Test
results shall demonstrate to the satisfaction of the Owner that flow uniformity
criteria, as specified herein, are complied with.
r
City of Lubbock, Municipal Water Treatment Plant
13222 - 8
1
C.
Air distribution shall be uniform within 10% +/- over the entire range of operation.
2
The test shall be witnessed and certified by a manufacturer's field service
3
representative.
4
5
D.
The field service representative shall submit to the Owner a written report stating
6
that the filter underdrain systems have been checked and are suitable for operation.
7
8
E.
Inspection by a representative of the manufacturer who is not a direct, full time
9
employee of the manufacturer is not acceptable.
10
11
3.05
MANUFACTURER'S CERTIFICATE OF INSTALLATION
12
13
A.
The Contractor shall submit the manufacturer's certificate of proper installation of
14
the equipment specified herein prior to start-up.
15
16
END OF SECTION
17
City of Lubbock, Municipal Water Treatment Plant
15090-1
SECTION 15090
PIPE SUPPORT SYSTEMS
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Pipe support and anchor systems.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 09905 - Painting and Protective Coatings.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American National Standards Institute (ANSI):
a. B31.1, Power Piping.
b. B31.3, Chemical Plant and Petroleum Refinery Piping.
2. American Society for Testing and Materials (ASTM):
a. A153, Standard Specification for Zinc Coating (Hot -Dip) on
Iron and Steel Hardware.
b. A385, Standard Practice for Providing High Quality Zinc
Coatings (Hot -Dipped).
c. A575, Merchant Quality Hot -Rolled Carbon Steel Bars.
3. American Welding Society (AWS):
a. D1.1, Structural Welding Code - Steel.
4. Manufacturer's Standardization Society of the Valve and Fittings
Industry (MSS):
a. SP-58, Pipe Hangers and Supports - Materials, Design and
Manufacture.
b. SP-69, Pipe Hangers and Supports - Selection and
. Application.
1.03 SUBMITTALS
A. Shop Drawings:
I. See Section 01340.
2. Product technical data including:
a. Acknowledgement that products submitted meet requirements of
City of Lubbock, Municipal Water Treatment Plant
15090-2
standards referenced.
b. Manufacturer's installation instructions.
c. Itemized list of wall sleeves, anchors, support devices and
all other items related to pipe support system.
d. Scale drawings showing guides, hangers, supports, anchors,
structural members and appurtenances to describe the pipe
support system.
PART 2 - PRODUCTS
2.01 MANUFACTURED UNITS
A. General:
1. Contact between dissimilar metals shall be prevented.
2. Pipe in contact with dissimilar metal shall be rubber or vinyl
coated.
3. Pipe supports in the following areas shall be stainless steel
(AISI Type 304 or 316):
a. Inside water containing structures.
4. All others, unless otherwise noted, shall be hot -dipped
galvanized in accordance with ASTM A 15 3 and A385.
B. Hanger Rods:
1. Material: ASTM A575. --
2. Continuously threaded.
3. Electro-galvanized or cadmium plated after threads are cut..
4. Load limit:
NOMINAL ROD DIAMETER MAXIMUM SAFE LOAD, (LBS)
-------------------------------------- -----------------------------------------
3/8 IN DIA (min) 610
1/2 IN DIA 1,130 _
5/8 IN DIA 1,810
3/4 IN DIA 2,710
7/8 IN DIA 3,770
1 IN DIA 4,960
C. Hangers:
1. Hangers for use directly on copper pipe: Copper or cadmium
plated.
2. Hangers for use other than directly on copper pipe: Cadmium
plated or galvanized.
3. Hanger type schedule:
City of Lubbock, Municipal Water Treatment Plant
15090-3
APPLICATION PIPE SIZE
--------------------- -------------
All except noted 4 IN & less
with Figure 114
All except noted Thru 24 IN
260, except Figure 590
for cast iron pipe
HANGER TYPE
---------------------
ITT Grinnell Figure 108
ITT Grinnell Figure
Steam, condensate All ITT Grinnell Figure 181
and hot water and Figure 82
D. Concrete Inserts for Hanger Rods:
1. Continuous slots: Unistrut #P3200.
2. Individual inserts: ITT Grinnell Figure 281.
3. Self -drilling expansion anchors: Phillips flush -end or snap -off
end type.
E. Beam Clamps for Hanger Rods:
1. Heavy duty.
2. ITT Grinnell Figure 134.
F. Trapeze Hangers for Suspended Piping:
1. Material: Steel, galvanized.
2. Angles, channels, or other structural shapes.
3. Curved roller surfaces at support point corresponding with type
of hanger required.
G. Vertical Pipe Supports:
1. At base of riser.
2. Lateral movement:
a. Clamps or brackets:
1) ITT Grinnell Figure 261 with:
a) Figure 112 and 113 for 2-1/2 IN DIA and less.
b) Figure C-211 for 3 IN DIA and larger or pipe rack.
H. Expanding Pipe Supports:
1. Spring hanger type.
2. MSS SP-58.
I. Pipe Support Saddle:
1. For pipe located 3 FT or less from floor elevator, except as
otherwise indicated on Drawings.
2. ITT Grinnell Figure 264.
City of Lubbock, Municipal Water Treatment Plant
15090-4
J. Pipe Support Risers:
1. Schedule 40 steel pipe.
2. Finish: Galvanized.
3. As recommended by saddle manufacturer.
K. Pipe Support Base Plate:
1. 4 IN larger than support.
2. Collar 3/16 IN thickness, circular in shape, and sleeve type
connection to pipe.
3. Collar fitted over outside of support pipe and extended 2 IN
from floor plate.
4. Collar welded to floor plate.
5. Edges ground smooth.
6. Assembly hot dipped galvanized after fabrication.
L. Pipe Covering Protection Saddle:
1. For insulated pipe at point of support.
2. ITT Grinnell Figure 167, Type B.
M. Wall Brackets:
1. For pipe located near walls and 8 FT or more above floor
elevation or as otherwise indicated on the Drawings.
2. ITT Grinnell Figure 199.
N. Pipe Anchors:
1. For locations shown on the Drawings.
2. 1/4 IN steel plate construction.
3. Hot dipped galvanized after fabrication.
4. Designed to prevent movement of pipe at point of attachment.
O. Pipe Guides:
1. For locations on both sides on each expansion joint or loop.
2. To ensure proper alignment of expanding or contracting pipe.
3. ITT Grinnell Figure 256.
P. Substitutions:
1. Submit requests for substitutions in accordance with
Specification Section 01640.
2.02 DESIGN REQUIREMENTS
A. Supports capable of supporting the pipe for all service and testing
conditions.
City of Lubbock, Municipal Water Treatment Plant
15090-5
l B. Allow free expansion and contraction of the piping to prevent
excessive stress resulting from service and testing conditions or
from weight transferred from the piping or attached equipment.
t. C. Design supports and hangers to allow for proper pitch of pipes.
D. For chemical and waste piping, design, materials of construction and
installation of pipe hangers, supports, guides, restraints, and
anchors:
1. ANSI B31.3.
2. MSS SP-58 and SP-69.
3. Except where modified by this Specification.
E. For steam and hot and cold water piping, design, materials of
construction and installation of pipe hangers, supports, guides,
restraints, and anchors:
1. ANSI B31.1.
2. MSS SP-58 and SP-69.
F. Check all physical clearances between piping, support system and
structure.
1. Provide for vertical adjustment after erection.
G. Support vertical pipe runs in pipe chases at base of riser. Support
r^ pipes for lateral movement with clamps or brackets.
3
H. Place hangers on outside of pipe insulation. Use a pipe covering
I^ protection saddle for insulated pipe at supportpoint.
1. Insulated piping 1-1/2 IN and less:
a. Provide a 9 IN length of 9 LB density fiberglass insulation
!~ at saddle.
2. Insulated piping over 1-1/2 IN:
a. Provide a 12 IN length of 9 LB density fiberglass insulation
on saddle.
I. Provide 20 GA galvanized steel pipe saddle for fiberglass and
plastic support points to ensure minimum contact width of 4 IN.
r` J. Pipe Support Spacing:
1. General:
a. Locate pipe supports at maximum spacing scheduled unless
r` indicated otherwise on the Drawings.
b. Provide at least one support for each length of pipe at each
change of direction and at each valve.
r 2. Steel, stainless steel, cast-iron pipe support schedule:
I
City of Lubbock, Municipal Water Treatment Plant
15090-6
PIPE SIZES - IN MAXIMUM SPAN - FT
1-1/2 and less 5
2 thru 4 8
5 thru 8 10
10 and greater 10
3. Copper Pipe Support Schedule: _
PIPE SIZES - IN MAXIMUM SPAN - FT
--------------------- ------------------------------
2-1/2 and less 5
3 thru 6 8
8 and greater 8
4. PVC Pipe Support Schedule:
PIPE SIZES - IN MAXIMUM SPAN - FT
---------------------- ------------------------------
1-1/4 and less 3
1-1/2 thru 3 4
4 and greater 5
* Maximum fluid temperature of 120 DegF.
5. Support each length and every fitting:
a. Bell and spigot piping:
1) At least one hanger.
2) Applied at bell.
b. Mechanical coupling joints: _
1) Place hanger within 2 FT of each side of fittings to
keep pipes in alignment.
6. Space supports for soil and waste pipe and other piping systems
not included above every 5 FT.
7. Provide continuous support for nylon tubing.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Provide piping systems exhibiting pulsation, vibration, swaying, or _
impact with suitable constraints to correct the condition.
City of Lubbock, Municipal Water Treatment Plant
15090-7
1. Included in this requirement are movements from:
a. Trap discharge.
b. Water hammer.
c. Similar internal forces.
B. Provide additional supports as required adjacent to couplings.
C. Piping Connections to Equipment: Support pipe with pipe support and
not on equipment.
D. Stacked Pipes: No pipe to be supported from pipe above.
E. Pedestal Pipe Supports:
1. Provide isolation pad under anchoring flanges.
2. Locations:
a. Adjacent to equipment.
b. At other locations as required to provide vibration
isolation.
F. Support all piping to prevent undue strain on any valve, fitting or
piece of equipment.
1. Locations:
a. Changes indirection.
b. Change in elevation.
c. Adjacent to flexible couplings.
G. Weld Supports:
1. AWS D1.1.
2. Weld anchors to pipe in accordance with ANSI B31.3.
H. Locate piping and pipe supports as to not interfere with open
accesses, walkways, platforms, and with maintenance or disassembly
of equipment.
I. Inspect hangers for:
1. Design offset.
2. Adequacy of clearance for piping and supports in the hot and
cold positions.
3. Guides to permit movement without binding.
4. Adequacy of anchors.
J. Inspect hangers after erection of piping systems and prior to pipe
testing and flushing.
City of Lubbock, Municipal Water Treatment Plant
15090-8
K. Install individual or continuous slot concrete inserts for use with
hangers for piping and equipment.
1. Install concrete inserts as concrete forms are installed.
L. Welding:
1. Welding rods: ASTM and AWS standards.
2. Integral attachments:
a. Include welded -on ears, shoes, plates and angle clips.
b. Ensure material for integral attachments is of good weldable
quality.
3. Preheating, welding and postheat treating: ANSI B31.3, Chapter
V.
M. Field Painting:
1. Comply with Section 09905.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
t
15103-1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
SECTION 15103
BUTTERFLY VALVES
PART 1-GENERAL
1.01 SUMMARY
A. Section Includes:
1. Butterfly valves.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the
Contract.
2. Division 1 - General Requirements.
3. Section 15060 - Pipe and Pipe Fittings: General Requirements.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American National Standards Institute (ANSI):
a. B 16.5, Pipe Flanges and Flanged Fittings.
2. American Society for Testing and Materials (ASTM):
a. A48, Specifications for Gray Iron Castings.
b. A126, Gray Iron Castings for Valves, Flanges and Pipe Fittings.
c. A276, Specifications for Stainless and Heat -Resisting Steel Bars and
Shapes.
d. A743, Standard Specification for Castings, Iron -Chromium, Iron -
Chromium -Nickel, Corrosion Resistant, for General Application.
e. A395, Standard Specification for Ferritic Ductile Iron Pressure -Retaining
Castings for Use at Elevated Temperatures.
f. A436, Austenitic, Gray Iron Castings.
g. A536, Ductile Iron Castings.
h. B 148, Standard Specification for Aluminum Bronze Rod, Bar,and Shapes.
3. American Water Works Association (AWWA):
a. C504, Rubber Seated Butterfly Valves.
1.03 SUBMITTALS
A. Shop Drawings:
1. See Section 01340.
City of Lubbock, Municipal Water Treatment Plant
15103 -2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with the Contract Documents, the following Manufacturers
are acceptable:
1. Potable and Non -potable Water and Low Pressure Air Service:
a. DeZurik.
b. Clow.
c. M & H Valve Company.
d. Pratt.
2.02 MATERIALS
A. Low Pressure Air Service: -
1. Butterfly Valves (AWWA C504):
a. Valve bodies:
1) ASTM A126, Class B or ASTM A536 Grade 65-45-12 ductile iron.
2) Wafer valves may be constructed of ASTM A48, Class 40 cast iron.
b. Valve shafts:
1) Stainless steel,18-8, Type 304 or 316.
c. Valve discs:
1) ASTM A48, Class 40 cast iron.
2) ASTM A536, Grade 65-45-12 ductile iron.
3) ASTM A436, Type 1 alloy cast iron.
4) Bronze in accordance with AWWA C504.
d. Valve seats:
1) Potable, nonpotable water, and low pressure air below 180 DegF: Buna-
N.
e. Mating surfaces:
1) Valves: ASTM A276, 18-8, stainless steel or bronze.
2.03 ACCESSORIES
A. Replace existing valve controllers on all 30" replacement valves. Furnish
operator integral with valve. These operators must carry a safety factor of 1.5 of
the energy required by the valve to close.
B. Use existing actuators on new 16" air scour valves.
C. New 12" valves on air header should include new activators.
D. Reinstall all the existing electric operators on all ten (10) - 6 IN replacement
valves.
City of Lubbock, Municipal Water Treatment Plant
15103 -3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
FIR
i'
2.04 FABRICATION
A. Low Pressure Air Service:
1. Butterfly valves (AWWA C504):
a. Furnish resilient seated type meeting AWWA C504.
b. Valves 3 IN through 20 IN:
1) Short body flange type.
2) Rated for 150 psi working pressure (Class 150B per AWWA C504).
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install valves in closed position. Support connecting piping to prevent strain on
valve body.
B. Install valves with operator above or at side of valve.
3.02 SCHEDULE
A. Provide new 6 IN valves for 10 filter air scour backwash lines on Filter A and B
Complexes and two new 12 IN valves for air header isolation outside Blower
Building.
B. "Alternate A" Provide new 30 IN valves for filter drain valves on Filter Complex
"B". Valve shall include new activators and be priced per each installation.
Mininum number required - One.
Maximum number required - Six.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant
r
I
CONTRACTOR'S AFFIDAVIT ON CLOSING JOB
STATE OF TEXAS
COUNTY OF LUBBOCK
Before me, a Notary Public
this day personally appeared _
me duly sworn, upon oath says:
in and for Lubbock County, Texas, on
, who being by
do represent to t e City of Lubboc and solemn y swear that I executed a
contract with the City of Lubbock, said contract being dated
, for ,
r- under , and that the work and contract has been
completed according to the plans and specifications pertaining to the
project and that all labor, materials, supplies and other cost
r„ including equipment, rental and hire, and all expense items incurred in
connection with said project have been paid in full; that all liens and
rights to fix liens against any part of said project or the moneys,
bonds, or warrants due the contractor, have been satisfied by payment to
the claimant, his authorized agent or attorney, and full release of all
recorded liens or claims have been secured by settlement and duly filed
of record with the County Clerk of Lubbock County.
I further represent and affirm that all Federal, State and
Municipal laws were substantially complied with by me in doing and
carrying out the job and project herein referred to and that I paid
applicable scale of wages, and this affidavit is made to secure payment
from the City of Lubbock to me of the full and final moneys due me under
this contract.
Witness my hand this day of
Attest:
Subscribed and sworn to before me this the day of
Notary Public in and for Lubbock
County, Texas
EXHIBIT A
_-� L�r C�� i,._.: 1-.� �:_.�: �.� L_._: i.-�: L_: t� C� [.� Lm L✓ L�� L_=
4
01060-1
SECTION 01060
SPECIAL CONDITIONS
PART 1-GENERAL
1.01 PRECONSTRUCTION CONFERENCE
A. A preconstruction conference shall be held at City of Lubbock,
6001 N. Guava Drive, Lubbock, TX 79401 after award of
Contract. Owner will notify the Contractor as to the date and
time of the conference one (1) week in advance of the proposed
date. Owner's Resident Field Representative, Contractor's
Project Manager and Project Superintendent, and Contractor's
Major Subcontractor Representatives shall attend.
B. Suggested Agenda:
1. Distribution and discussion of:
a. List of major subcontractors and suppliers.
b. Projected construction schedules.
2. Critical work sequencing.
3. Major equipment deliveries and priorities.
4. Project coordination:
a. Designation of responsible personnel.
5. Procedures and processing of
a. Field decisions.
b. Proposal requests.
c. Submittals.
d. Change Orders.
e. Applications for Payment.
6. Adequacy of distribution of Contract Documents.
7. Procedures for maintaining record documents.
8. Use of premises:
a. Office, work, and storage areas.
b. Owner's requirements.
9. Construction facilities, controls, and construction aids.
10. Temporary utilities.
11. Safety and first -aid procedures.
12. Security procedures.
13. Housekeeping procedures.
1.02 PROJECT SIGNS
i A. Furnish and install one:
r 1. Contractor's standard sign approved by Owner.
I
rCity of Lubbock, Municipal Water Treatment Plant
I;;
01060-2
B. Install in location approved by Owner.
1.03 FIELD OFFICES
A. General:
1. Establish a field office located at site of Project with
telephone, telecopy, mailing address, and sanitary facilities.
2. Assure attendance at this office during the normal working day.
Designate as the office of Contractor's Superintendent.
3. At this office, maintain complete field file of shop drawings, _
posted Contract Drawings and Specification, and other files of
field operations including provisions for maintaining "As
Recorded Drawings."
B. Remove Contractor's field offices from site upon acceptance of the
entire work by the Owner. _
1.04 SITE MAINTENANCE AND TEMPORARY PAINTING
A. Paint and maintain in good repair temporary structures, fences,
barricades and related items.
B. Keep site clean of debris, rubble and paper. Store and stockpile
materials in an orderly manner and protect against damage.
C. Maintain conditions of access road to site such that access is not
hindered as the result of construction related deterioration.
1.05 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE
A. Refer to General Conditions.
B. Contractor shall pick up all "no -charge" documents within 10 days
from date of Notice to Proceed.
C. Additional documents after "no -charge" documents will be furnished
to Contractor at cost.
1.06 PROJECT VIDEO
A. Provide a professional photographer to videotape:
1. Operation and maintenance sessions.
B. Video Required:
1. Operations and maintenance instruction sessions:
City of Lubbock, Municipal Water Treatment Plant
01060-3
n
a. Coordinate schedule to videotape all instructional sessions
as specified in section 01340 and the individual equipment
specification sections.
b. Contractor shall pay all license fees and royalties and
obtain and pay for all permits, agreements or licenses to
di
videotape training sessions.
c. Manufacturer's standard training video tapes are acceptable
as alternative to video taping instruction sessions, subject
C
to approval by the Owner.
d. Identify each instruction session on audio portion:
r„
1) Session topic or lesson.
2) Instructors name and affiliation.
3) Location of session.
r„
4) Date and time.
e. Tape cover jacket:
1) Identify each type with typed or printed title.
2) Instructional session.
3) Location.
4) Date and time.
C. Provide individual videotape cassette for each instructional
session.
1.07 TESTING
A. Except as set out in other sections of Contract Documents, payment
for soil, concrete and other testing is as follows:
1. Soils and concrete testing: The Owner will pay for "Passing"
soils and "Passing" concrete tests on the Project. Costs of
corrective action, costs of "Failing" soils and concrete tests,
and cost of testing associated with establishment of mix design
are the sole responsibility of the Contractor.
2. Other testing: Unless specifically stated otherwise in
individual sections of specifications or drawings, required
testing, testing procedures, reports, certificates, and costs
associated with all phases of securing required satisfactory
test information which may be required by individual sections of
specifications or drawings are the full responsibility of the
Contractor.
1.08 ORDER OF CONSTRUCTION
A. Construction operations will be scheduled to. allow the Owner
uninterrupted operation of existing adjacent facilities. Coordinate
connections with existing work to ensure timely completion of
r interfaced items.
l
r " City of Lubbock, Municipal Water Treatment Plant
01060-4
B. At no time shall Contractor or his employees modify operation of the
existing facilities or start construction modifications, without
approval of the Owner except in emergency to prevent or minimize
damage.
1.09 PROJECT PROGRESS MEETINGS
A. The Owner shall conduct construction progress meetings involving:
1. Contractor's Project Manager.
2. Contractor's Project Superintendent. _
3. Owner's designated Representative(s).
4. Contractor's subcontractors as appropriate to the work in
progress. _
B. Conduct meetings monthly at the office of the Owner.
C. The Owner shall take meeting minutes and submit copies of meeting
minutes to participants and designated recipients identified at the
Preconstruction Conference. Corrections, additions or deletions to
the minutes shall be noted and addressed at the following meeting.
D. The Owner shall schedule meetings for most convenient time frame.
E. The Contractor shall have available at each meeting up-to-date
record drawings.
F. Suggested Agenda:
1. Review of work progress.
2. Field observations, problems, and conflicts.
3. Problems that impede construction schedules.
4. Review of off -site fabrication and delivery schedules.
5. Corrective measures and procedures to regain projected
schedules.
6. Revisions to construction schedules.
7. Plan progress schedules during succeeding work period.
8. Coordination of schedules.
9. Review submittal schedules; expedite as required.
10. Maintenance of quality standards.
11. Review proposed changes for effect on construction schedules
and on completion dates.
12. Other business.
1.10 SPECIAL CONSIDERATIONS
A. Contractor shall be responsible for negotiations of any waivers or
City of Lubbock, Municipal Water Treatment Plant
t
01060-5
alternate arrangements required to enable transportation of
materials to the site.
END OF SECTION
City of Lubbock, Municipal Water Treatment Plant