HomeMy WebLinkAboutResolution - 4357 - Contract - Rhode Construction - TDCJ Psychiatric Booster Pump Station - 01_13_1994Resolution No. 4357
January 13, 1994
Item #18
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 and all related documents by and between the City of
Lubbock and Rhode Construction Company of Lubbock to fumish and install all materials as bid for the
Texas Department of Criminal Justice Psychiatric Booster Pump Station for the City of Lubbock, which
contract is attached hereto, which shall be spread upon the minutes of the Council and as spread upon
the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in
detail.
Passed by the City Council this 13th day of January 1994.
ATTEST:
betty V Jo nson, C#y Secretary
APPROVED AS TO CONTENT:
Victor Kilman, Purchasing Manager
APPROVED AS TO FORM:
MAW G. Vandiver, Fi
Assistant City Attorney
DGV:dp\G:\ccdoca\Rhode.Res
January 5, 1994
¢35�
CITY OF LUBBOCK
SPECIFICATIONS FOR
TDCJ PSYCHIATRIC FACILITY
BOOSTER PUMP STATION
BID #12778
MMSMMI�M-a--,-
CITY OF LUBBOCK
Lubbock, Texas�Is
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: TDCJ PSYCHIATRIC FACILITY BOOSTER PUMP STATION
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 12778
PROJECT NUMBER: 1481-553102-9781
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
11. SPECIAL CONDITIONS
12. NOTICE OF ACCEPTANCE
NOTICE TO BIDDERS
F
r
NOTICE TO BIDDERS
d
BID # 12779
Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the
office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock:, Texas, 79401, until 2:00
o'clock p.m. on the 22nd day of December,1993, or as changed by the issuance of formal addenda to all
rplanholders, to furnish all labor and materials and perform all work for the construction of the following described
project:
r TDCJ PSYCHIATRIC FACII,TTY BOOSTER PUNK STATION
After the expiration of the time and date above first written, said scaled bids will be opened by the Buyer
at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of 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 13th day of January, 1994, 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 and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of
100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds
should be issued by a company carrying a current Dqg Rating of P or superior, as the rating of the bond company
is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not
exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if
required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding
all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have
been thoroughly investigated and considered in the preparation of the bid submitted.
., The plans, specifications, proposal forms and contract documents may be examined at the office of the
Purchasing Manager for the City of Lubbock, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which
document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision
of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale
and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage
scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or
national origin in consideration for an award.
There will be a pre -bid conference on 15th day of December,1993, at 10:00 o'clock a.m., Conference
Room 108, Municipal Building, 1625 13th Street, Lubbock, Texas.
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 Purchasing Department
at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at least 48 hours in advance
of the meeting.
CITY OF LUBBOCK
*RoSffc1d
SENIOR BUYER
ADVERTISEMENT FOR BIDS
BID # 12779
Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock,
Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04,
Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 22nd day of December,1993, 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:
TDCJ PSYCHIATRIC FACILITY BOOSTER PUMP STATION
After the expiration of the time and date above first written, said sealed proposals will be opened
in the office of the Buyer and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office
of the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the
City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and
payment by the contractor of the prevailing rates of wages as heretofore established by the City of
Lubbock
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into
r pursuant to thisadvertisement, 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.
There will be a prebid conference on the 15th day of December, 1993, at 10:00 am., at
Conference Room 108, 1625 13th Street, Lubbock, Texas.
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
r.. Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street, Room
L-04 at least 48 hours in advance of the meeting.
i,
CITY OF LUBBOCK
4 /
Ron Shuffield
SENIOR BUYER
GENERAL INSTRUCTIONS TO BIDDERS
r
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
project in accordance with contract documents for the TDCJ PSYCHIATRIC FACILITY BOOSTER PUMP STATION.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents d,escnbed in the General Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted. in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 30 (thirty) calendar days from the date
specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City
reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract
documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the
progress of the work is not in accordance with the progress schedule so 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.
S. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
4
6. AFFIDAVITS OF BILLS PAID
r
i 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.
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will be
furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor
of full responsibility for providing materials of high quality and for 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
8. 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 pro%zde that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature
whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work
as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use during
construction. Plans and specifications for use during construction will only be furnished 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. —
10. 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 proposed
contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder. —
(c) Equipment schedule.
11. TEXAS STATE SALES TAX —
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04
of the Texas Limited Sales, Excise and Use Tax Act. —
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be
incorporated into the work without paying the tax at the time of purchase.
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such away 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.
13. 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.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
r. 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.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be
the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the
site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable
the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the work is in
progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number
where such local representative may be reached during the time that the work contemplated by this contract is in progress.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
to the City. Proof of coverage shall be furnished to the City and written 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these
contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations 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 LubbocVs ability to provide the necessary service to its
citizens.
C
4
4
(2) belays 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 di —
of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
19
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 Nveek. 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 rebate
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. —
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 pej
diem wages included in these contract documents.
PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals 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.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled is
and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. Incase of
discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If
the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is
submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal —
signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly —
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the
outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
r
t
S
r
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal
may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
W Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by
reference into the aforementioned contract documents.
a
O
a
as
r
f
I
F
BID PROPOSAL
LUMP SUM PROPOSAL CONTRACT
PLACE: L v h D c I e X 0-Y ,S
DATE: % Z Z Z — 01.3
PROJECT NUMBER: 12779 - TDCJ PSYCHIATRIC FACILITY BOOSTER PUMP STATION
Proposal of %?/? -0 6(e CO h i- cJ G / O v2 . (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a
[ 5 0,0,5 74 e r- P c/ ,» ri % -/U -/- i *,,I a
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the
proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to
construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the
price stated below. The price to cover all expenses incurred in performing the work required under the contract documents.
MATERIALS: S
SERVICES:
TOTAL BID:
2f. a (s ' o,
;oo(s 37,E 70C,� O )
Q 00 .Q D
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to
Proceed" of the Owner and to fully complete the project within 60 consecutive calendar days thereafter as stipulated in the
specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of
S300.00 (THREE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for
completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submittedin accordance with instruction
number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
r
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 proposal 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 (S% ) of the total amount of the bid submitted a:
a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of
the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of -�5" 2a Dollars
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the —
Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within
ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be
returned to the undersigned upon demand. —
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordance with the Notice to Bidders.
A o do Ca n s zLrye-- iba
Contractor f; —
BY:C_citim� ��•
(Seal if Bidder is a Corporation)
ATTEST:
Secre
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
Minority Owned
/ Yes No
ZJI
4.
5.
G.
7.
8.
9.
10. _
r
I CNA INSURANCE COMPANIES
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That we Rhode Construction Company
Lubbock, Texas
and Continental Casualty Company
CITY OF LUBBOCK
In the sum of Five Percent of Greatest Amount Bid
, Principal,
Surety, are held and firmly bound unto
, Obligee,
Dollars ($--------- 5%----- ---)
for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for
TDCJ PSYCHIATRIC FACILITY
BOOSTER PUMP STATION
BID #12778
NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time
as may be specified, enter into the contract in writing and give such bond or bonds as may be specified
In the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so,
pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty
of this bond, then this obligation shall be void; otherwise to remain in full force and effect.
Signed, sealed and dated
DECEMBER 22, 1993
G-104684-A
F
Rhode Construction Comaain
(Principal) f� j�
by (..; °"'""'�"""� ido " _�'v--`�-- (Seal)
CARMAN G. RHODE, PRESIDENT
Continental Casualty Company
(Su t )
by�—
MARLA HILL Attorney -in -Fact
CNA
For All the Commitments You Make'
p
Fm
r+
IMPORTANT INFORMATION
FOR TEXAS POLICYHOLDERS
TO OBTAIN ItNFORMAT'ION'OR-MAKE -A- COMFLAiNT,YQU MAT C&LL
OUR TOLL -FREE TELEPHONE NUMBER - -
1-800-262-1113 -
ALSO
YOU MAY CONTACT
THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION
ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT
14MO-252.3439
YOU MAY WRITE
THE TEXAS DEPARTMENT OF INSURANCE
PO BOX 449104
AUSTM.'.TX 78714 9104
FAX (512) 475-1771
r
1OR .CLAIM =DISPUTES
� -c, sodte c6neernEag roar premium of about a chain. you should c=tact
� .tee aaspaag hsat. g the dispute is m t resolved, you may coesbct the Texas
Depzcktte "hzs gum -
ATTACH THIS NOTICE TO YOUR POLICY:
E.
ibis notice is for information only and does not becvr: e a paY or cot dMon of v!e a -.ached
r•• dactner%L
Continental Casu31ty Company
CNA
Few All I ( tttnntitntrnt.1ims M. ah.-
7 AN 1LLINOIS CORPORATION
i POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men by these Presents. That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
rlaws of the State of Illinois, and haven its principal office in the Cit of Chicago an State of Illinois, does hereby make, constitute
and ap intHoward Cowan V ke Henthorn, Ron SRroman, Carla Rogers, Pete Bi nggel i ,
( revin . Dunn, Angle Goff, Mara n ivi ua I iy
r of Lubbock, Texas
lits true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in Its behalf bonds, undertakings
and other obligatory instruments of similar nature
r
- In Unlimited Amounts -
6
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
^„ "Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, a point by writtencertificates
t attomeys-in-fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
Instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall
Piave full power to bind the Company by their signature and execution of any such instruments and to attach the seat of the Company
t.. thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
o to any attomey-ih-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, rand any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which It is attached, continue to be valid and
�.. bindino on the Company."
j In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
i corporate seal to be hereto affixed on this 24th day of November 19 92
CWA CONTINENTAL CASUALTY COMPANY
State Of Illinois I C
County of Cook iss J. E. Purtell Vice President.
t
On this 24th day of November 19 92, before me personally came
J. E. Purtell. to me known. who. being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois: that he Is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument: that he knows
the seal of said Corporation; that the seat affixed to the said instrument is such corporate seat: that it was so affixed pursuant to the said instrument
is such corporate seat; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name
thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
*. o De'b -
I.., P
UBLIC
-
Linda C. Dempsey Public.
I CERTIFICATE My Commission Expires Octob 19,
I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney hure
above set forth
FINis still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Boardectors, set forth
o in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the f of the said
i Company this 22ND day of DECEMER 19
jl �r
Ro rt E. Ayo Assistant Secretary°.7 SEAL ?�
.N-
Form 1.23142.6 INV. NO. G-57443-I3
r°
f
W
a
a
r
k
I
F
F
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
KNOW ALL MEN BY THESE PRESENTS, that 4t ODE CONSTRUCTION COMP Yinafter called the Principal(s), as
Principal(s), and
CONTINENTAL CASUALTY 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 of&,ti&'- SAJ o., . a T ,l A11—ri 01 j00t o, --Dollars ($ /09, 000.9 lawful money of the United States for the
payment whereof, the said Prin pal 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 �3 day of
k c. 19—q,, to
��Pfio, 1zlin - -rbe-�
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 pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of
19
CONTINENTAL CASUALTY COMPANY RHODE CWISTRUCTION COMPANY
Surety Principal
BOND CHECK By:
(Title HQ IUD COWAN BEST RATING /¢ f (Title) r e s I'd e � f-
ATTY IN FACT LICENSED IN TEXAS By:
DATE � ' By 5� (Title)
By:
(Title)
F
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates —
nWARD 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.
CONTINENTAL CASUALTY COMPANY
Surety
By
(Title)
Approved as to form:
HOWARD COWAN
ATTY IN FACT
City of Lubbock —
r
By:
City Attorney
* 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.
n
L_-: t- L i-- L__ : L-
ah� Xb. ��8�ssi9
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
6, AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
r. --91 011E CONSTRUCTION COMPANY'
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
CONTINENTAL CASUALTY COMPANY
r, (hereinafter called he Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount o - -- - %--Dollars ($ o$ d °b lawful money of the United States for the
payment whereof, the said Prin ipal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents. j
hWHEREAS, the Princi al has entered into a certain written contract with the Obligee, dated the 13 day of
19 to
t
r a _ /2779
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; otherwise
to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Tcxas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said article to the same extent as if it were copied at length herein. Ix
Q,IN WITNESS WHERE F, the said Principal (s) and Surety (s) have signed and sealed this instrument this [ day of
19�
CONTINENTAL ASUALTY COMPANY RHODE CONSTRUCTION COMPANY
Surety Principal
* By: By:�? `ti'-' v a-✓ 4(Title¢�pWARD COWAN ) � e 5 , �� Q "-
r" BOND CHECK � (Title)
ATTY IN FACT BEST RATING �
By:
LICENSED IN TEXAS (Title)
Y DATE Z a s 9 BY
� By.
(Title)
h"
I,
The undersi ned surety company represents that it is duly qualified to do business in Texas, and hereby designates
HOWARD COW gent 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. MPaN�
C014TINEN1Rl CASUALTY CO _
Surety
1't71j)W6a1 aReAA,
7 1 (Title)
Approved as to Form
}-TOWARD COWAN
ATTY IN FACT
City of Lubbock —
r
By:
City Attorney
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.
r'IIVA
_.:
Lp�
7 -
, IMPORTANT INFORMATION
7
4 FOR TEXAS POLICYHOLDERS
TO OBTAIN INFORMATION OR MAKE A--COMPLAINT...YQU MAY CALL_ _
OUR TOLL -FREE TELEPHONE NUMBER _
1-800-262-1113
ALSO
YOU MAY CONTACT
THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION
ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT
4-80GL-2S2-3439
YOU MAY WRITE
THE TEXAS DEPARTMENT OF INSURANCE
PO BOX 149104
AUSTIN TX 79714 9104
FAX (512) 475-1771
..�REMR M!0R CLAIM - S DISPUTE
~SBonid dispute concerning your premium or about a daim. you snoutd c=tact
y+ovr ni =jWacy Gras. If 9w dispute is not resolved. you may c mUmet the Texas
DaAart�sse nhuucaaoe.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does nct bedrne a par; or Condition of the at'.acried
document.
Continental Casualty Company
k,
CNA
For All t h.- L'onintit nwty, lmt Mi4kv'
AN ILLINOIS CORPORATION
+I� POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
I Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
111 laws of the State of Illinois, and havin its principal office in the Cityof Chicago an State of Illinois does hereby make, constitute
and appDint Howard Cowan Mike Henthorn, Ron Strome , �arfa Rogers, Pete Bin eli,
KeV1n J. Dunn, Angie Goff, Marla Hill, Individually
of
Lubbock Texas
r Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature
il - In Unlimited Amounts -
7
L,
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by writtencertificates
attorneys -in -fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
Instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall
have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney -fin -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed on this 24th day of November . 19 92
State of Illinois 1 co"Oe•,r
County of Cook ( as
=°o SEAL
Oat?
CONTINENTAL CASUALTY COMPANY
I
J. E. Purcell Vice President.
24th November 92
On this day of 19 ,before me personally came
J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois: that he is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument: that he knows
the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal: that it was so affixed pursuant to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name
thereto pursuant to like authority, and acknowledges same to be t9ei act and deed of said corporation.
a� .01
r NOTARY m
rusuc
coot Co Linda C. Dempsey P
CERTIFICATE Public.
My Commission Expires Octoti19,
I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney hkreinjabove set forth
is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board ectors, set forth
in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said
Company this 14TH day of JANUARY „ 19 _ 4
Form 1.23142-8
t
I .
.�c+*w.,,\, Ro t E. Ayo Assistant Secretary
s � -
°a SEAL
INV. NO. G-57443-B
CERTIFICATE OF INSURANCE
7
r
r, s ISSUE DATE (MM/DDIYY)
MOM)., CERTIFICATE OF' INS' MC:E 1 / 14 /94
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
THE INWEST GROUP, INC. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
6 DESTA DRIVE, SUITE 5550
MIDLAND, TEXAS 79705 COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A U . S. FIRE INSURANCE COMPANY
COMPANY B
INSURED LETTER
RHODE CONSTRUCTION COMPANY COMPANY C
LETTEIP. 0. BOX 53370
LUBBOCK, TEXAS 79453 COMPANY D
LETTER
COMPANY E
i LETTER
t `.:COVERAGES.`
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED IJAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
CO POLICY EFFECTIVE POLICY EXPIRATION
TYPE OF INSURANCE POLICY NUMBER LIMITS
TR DAtE (MM/DD/YY) DATE (MM/D01YY)
p
I
A GENERAL LIABILITY GENERAL AGGREGATE $ 500000
X COMMERCIAL GENERAL LIABILITY FORTHCOMING 1 / 14 / 94 1 / 14 / 95 PROD UCTS-COMPIOP AGG. S
CLAIMS MADE X OCCUR. PERSONAL 3 ADV. INJURY $
X OWNER'S 3 CONTRACTOR'S PROT. EACH OCCURRENCE $
FIRE DAMAGE (Any one fire) S
MED. EXPENSE (Arty one person) S
AUTOMOBILE LIABILITY COMBINED SINGLE $
ANY AUTO LIMIT
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) S
HIRED AUTOS BODILY INJURY S
NON -OWNED AUTOS (Per accident)
I GARAGE LIABILITY
PROPERTY DAMAGE S
EXCESS LIABILITY EACH OCCURRENCE S
I
J UMBRELLA FORM AGGREGATE S
r OTHER THAN UMBRELLA FORM
CWORKER'S COMPENSATION STATUTORY LIMITS
I EACH ACCIDENT S
I AND
DISEASE —POLICY LIMIT S
EMPLOYERS' LIABILITY
DISEASE —EACH EMPLOYEE $
OTHER
NAMED INSURED: THE CITY OF LUBBOCK
P. 0. BOX 2000
LUBBOCK, TEXAS 79457
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
RE: CITY OF LUBBOCK — BID NO. 12778 — TDCJ PSYCHIATRIC FACILITY BOOSTER PUMP STATION
I'
i
I..,' CERTIFICATE HOLDER A ' CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF LUBBOCK
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
P. 0. BOX 2000
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LUBBOCK, TEXAS 79457
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
4 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
ArORn 99;_S 17/001
CACORD CORPORATION 1990
CERTIFICATE t)F IN;
PRODUCER
The InWest GrOuD. Inc.
6 Des t.a. Drive . Suite 5550
Midland, Texas 79705
i
INSURED
RHODE CONSTRUCTION COMPANY
P . 0. Box 53370
Lubbock TX 79453
V/ � ISSUE DATE ZMM/ODNY)
�y .1/14/94
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
COMPANIES AFFORDING COVERAGE I
COMPANY
A
LETTER
U.S.
Fire Insurance CDmoany
COMPANY
B
LETTER
U.S.
Fire Insurance COmDany
COMPANY
C
LETTER
U.S.
Fire Insurance Company
COMPANY
LETTER
St.
Paul Guardian Ins. Co.
COMPANY
E
LETTER
COVERAGES:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
1 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
TR DATE (MMIDONY) DATE (MMIODNY)
A GENERAL LIABILITY 541007343-4 10 /01 /93 1 (--) /01 /94 GENERAL AGGREGATE $ 2000000
X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ 2000000
)[jC)00
CLAIMS MADE X OCCUR.. PERSONAL & ADV. INJURY $ 1000000
10C„ 000
OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $ 1000000
FIRE DAMAGE (Any one fire) $ 50000
MED. EXPENSE (Any one person) S 5000
B AUTOMOBILE LIABILITY
)( ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
f
138015620-1 1 O /01 /93 1 [_) /01 /94 COMBINED SINGLE 1000000
LIMIT
BODILY INJURY S
(Per person)
BODILY INJURY $
(Per accident)
PROPERTY DAMAGE $
I i C EXCESS LIABILITY 523643047-2 10 /01 /93 ; 10 /01 /94 EACH OCCURRENCE $ 10000000
X UMBRELLA FORM AGGREGATE $ 10000000
)000[=)00
I OTHER THAN UMBRELLA FORM
D WORKER'S COMPENSATION WVA9 1 02985 10 /01 /93 10 /01 /94 X STATUTORY LIMITS
AND EACH ACCIDENT $ 500000
EMPLOYERS' LIABILITY DISEASE -POLICY LIMIT $ 5fit' )( ) 0
DISEASE -EACH EMPLOYEE $ 50(_)( 00-
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS
RE: CITY OF LUBBOCK - BID NO. 12778 - TDCJ PSYCHIATRIC FACILITY BOOSTER PUMP STATION
ADDITIONAL INSURED IN FAVOR OF THE CITY OF LUBBOCK
-.RTIFICATE HOLDER"
CITY OF LUBBOCK
P. 0. BOX 2000
LUBBOCK, TEXAS 79457
i
ACORD 25-S (71901
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL --IC—' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMP ITS ENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
L ___ (.��__: C.�... � t�.�M f._� :_: �..� d [-.�: L___ : t�_.�. L��w t�... � L.�_; l..d�a.�. t�__: �. �. � is—_:. �..�
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13th day of January by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as
OWNER, and RHODE CONSTRUCTION COMPANY of the City of LUBBOCK County of LUBBOCK and the State of
TEXAS, hereinafter termed CONTRACTOR
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby
agrees with OWNER to commence and complete the construction of certain improvements described as follows:
BID #12778 - TDCJ PSYCHIATRIC FACILITY BOOSTER PUMP STATION FOR $108,0001.00.
and all extra work in connection therewith, underthe terms as stated in the contract documents and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on
account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the
year and day first above written.
E��Alvs- 4 - W,
APPROVED AS TO CONTENT:
• • • DID • • '
CONTRACTOR:
RHO//DE CONSTRUCTTION�CpOMPANY
TITLE: Pr e s
COMPLETE ADDRESS:
P.O. BOX 53370
LUBBOCK. TX 79453
GENERAL CONDITIONS OF THE AGREEMENT
7
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
x
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: RHODE CONSTRUCTION COMPANY who has
agreed to perform the work embraced in this contract, or to his or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
MHCE MURPHY. SENIOR ENGINEER City of Lubbock, under whose supervision these contract documents, including
" the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor,
or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
,— Contractor or men acting in behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
f Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if
any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
r- accordance with the Notice to Bidders.
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of
like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of
the Owner's Representative is intended; and 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
7.
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm
or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address
known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract 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 funished 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 Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, if the work is proceeding in accordance with the contract 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 furnished 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.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
PM
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's estimates and findings shall be conditions precedent to the right of the
parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under
.• this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with
said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action
may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
F"" Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's
Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to
arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision
within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party
appealing.
I5. 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 Ownees 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 bome by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the 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 contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of _
the terms or obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required
under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or 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 materialsnecessary 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 Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescnbed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
F
�+ If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the
1 Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for
` observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by
the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests,
jj inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the
F. requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the
Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's
Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or
selected for the same, shall be deemed by the Owner or Owners' Representative as 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 or materials for the work herein contemplated, or any part thereof, either before or after
the beginning of the construction, without affecting the validity of this contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for
damages, or anticipated profits on the work that may be dispensed with. If they 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 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 by Contractor's proposal, except as
provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when
1" 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%) per cent.
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 Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type —
and kind of machinery and equipment to be used; otherwise, these 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 100a/a, 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 (15a/a) 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 proposal, the specifications, plans and
other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all
appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by
Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract
documents, he should notify the Owners' Representative and obtain a clarification before the bids' are received, and if no
such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work
in accordance with these plans and specifications. It is further understood that any request for clarification must be
submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work
with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in
writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein 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 EMPLtJYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation
r" 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
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. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 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
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement
doing so is to be attached to the Certificate of Insurance.
t'",
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City
of Lubbock as insured and the amount of such policy shall be as follows: -
For bodily injuries, including accidental death and or property damage, $500.000 Combined Single Limit.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 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
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the
City of Lubbock as insured.
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to
correspond with Comprehensive General Liability and Comprehensive Automobile, Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement
doing so is to be attached to the Certificate of Insurance.
F. Worker's Compensation and Employers Liability Insurance �-
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
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 an change in or cancellation of
() P � h' Y P Y g
the policies shown on the certificate.
r
(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.
i (8) If policy limits are paid, new policy must be secured for new coverage to complete project.
b
29. DISABLED EMPLOYEES
m
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 priviliges 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
w 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.
p.. 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
O,,, 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
r, 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
F or manufacturers is speed 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
r" 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 O«mer is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in r
the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this
contractual agreement.
34. TIME FOR COMPLETION AND LIOUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner; then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (One
Hundred)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 locality.
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 proposals; provided, also, that when the Owner is having other work
done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing
work done under this contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which
shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the —
several parts of the work and estimated dates of completion of the several parts.
F
36. EXTENSION OF TIME
1, The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
PM 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 submit such written request to
jrt the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
1 Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
r 37. HINDRANCE AND DELAYS
l
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
P 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.
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
proposals 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
t
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.
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 proposal attached hereto,
which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all
materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly
f—
Ir—
performing the same and the whole thereof in the manner and according to this agreement, the attached specifications,
plans, contract documents and requirements of Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
any time requested during the progress of the work furnish the Ownef 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..
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. 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'!
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 thb
Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall 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
i
i
46.
47.
48.
49.
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.
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.
PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of.
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
TINM OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in
writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to
such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal
from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative
and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of
the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute.
The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third
chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by the
District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party
demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the
decision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter
within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either party refuse or neglect to supply
the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex
Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless
either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is hereby agreed that
each party shall have the right of appeal and all proceedings shall be according to and. governed by Arbitration Statutes of
Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY
QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT
TO ANY RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable
cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless
otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The
award of the arbiters must be made in writing and shall not be open to objection on account of the form of proceedings or
award.
50. 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 having a
general circulation in the County of location of the work, may let the contract for the completion of the work under —
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to —
complete any such new contract prove to be less than that which would have been the cost to complete the work
under this contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of —
completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and
F.
IN
r„ delivered to Contractor and his Surety, where6n 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.
51. 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 the attached proposal, the value of all partially
completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or
provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the 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.
J 52. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds
$25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if
required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to
gr- 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.
r- 53. 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.
54. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual
7M
-
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
55. INDEPENDENT CONTRACTOR
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 Owner's 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 Owner's Representative
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent
contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other
person, firm, or corporation.
56. 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.
r
CURRENT WAGE DETERMINATIONS
Resolution - 2502
•
January 8, 1987
r
1
Agenda Item #18
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
'in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
r
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
' WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
• .contracts shall be as set forth in the following named, exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes: .
r
Exhibit A: Building Construction'Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of
• T
Ranette\.Boyd, City Secretary
APPROVED T. NTENT:
Bi 1 Plyne, D rector of Building
Services
January 1987.
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
Do Id G. Vandiver, First
Assistant City Attorney
P-
EXHIBIT A
City of Lubbock -
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
' Carpenter -Helper
5.50
Cement Finisher
7.35 --
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00 —
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
560
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate —
Power Line Foreman $11.00
Lineman Journeyman 10.45 _
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D _
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate. _
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.1 1/2,times base rate.
SPECIFICATIONS
r�
PM
TOC - Page 1
CITY OF LUBBOCK
TDCJ PSYCHIATRIC FACILITY
BOOSTER PUMP STATION
1993
TABLE OF CONTENTS
DIVISION 1 - GENERAL REQUIREMENTS
01010 SUMMARY OF WORK
01019 CONTRACT CONSIDERATIONS
01027 APPLICATIONS FOR PAYMENT
01039 COORDINATION AND MEETINGS
01300 SUBMITTALS
01400 QUALITY CONTROL
01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
01700 CONTRACT CLOSEOUT
DIVISION 2 - SITE WORK
02222 EXCAVATING
02223 BACKFILLING
02667 SITE WATER LINES AND MISCELLANEOUS VALVES
DIVISION 3 - CONCRETE
03100 CONCRETE FORMWORK
03200 CONCRETE REINFORCEMENT
03300 CAST -IN -PLACE CONCRETE
DIVISION 8 - DOORS AND WINDOWS
08112 DOORS AND LOUVERS
DIVISION 11 - EQUIPMENT
11075 VERTICAL TURBINE PUMPS
DIVISION 13 - SPECIAL CONSTRUCTION
13122 PRE-ENGINEERED METAL BUILDING
DIVISION 16 - ELECTRICAL
16010 ELECTRICAL
16480 PRESSURE SENSING CONTROLS
City of Lubbock - TDCJ Psychiatric Facility - Booster Pump Station
01010 - Page 1
SECTION 01010
SUMMARY OF WORK
PART 1 GENERAL
1.1 WORK COVERED BY CONTRACT DOCUMENTS
A. The Work of this Contract consists of the construction of the Lubbock
Texas Department of Criminal Justice (TDCJ) Booster Pump Station and
associated piping.
B. Furnish all materials, equipment, supplies, appurtenances; provide all
construction plant equipment and tools; and perform all necessary
labor and supervision.
C. Coordinate the progress of the Work including coordination between
trades, subcontractor, suppliers, public utilities and Owner to ensure
progress of Work.
D. It is the intent of this contract that Work Proceed in the most
expeditious manner possible.
1.2 CONTRACTS
A. Construct the Work under a single fixed price contract.
1.3 CONTRACTOR USE OF SITE
A. Limit use of site to allow:
1. Owner occupancy.
2. Occupancy by other Contractors currently executing work at the
TDCJ Facility.
B. Coordinate use of site under direction of Owner's Representative.,
C. Execute Work in a coordinated manner to avoid conflicts with Owner's
operations or other Contractors.
D. Move any stored products under Contractor's control, which
interfere with operations of Owner of other Contractors.
E. Assume full responsibility for the protection and safekeeping of
products furnished under this contract, stored on or off the site.
1.4 WORK SEQUENCE
A. Construct Work to accommodate Owner's occupancy requirements during
the construction period. Coordinate construction schedule and —
operations with Owner's Representative.
1.6 OWNER OCCUPANCY
City of Lubbock, TDCJ Booster Pump. Station
r
01010 - Page 2
r
i
A.
Cooperate
with Owner to minimizeconflict, and to facilitate Owner's
and other
Contractor's operation.
B.
Schedule
the Work to accommodate this requirement.
PART 2
PRODUCTS
Not Used
r
PART 3
EXECUTION
Not Used
END OF SECTION
r-
G
r,
I
r
R
r-
r
s
k
r
r
City of Lubbock, TDCJ Booster Pump Station
01019 - Page 1
SECTION 01019
CONTRACT CONSIDERATIONS _
PART 1 GENERAL
1.1 SCHEDULE OF VALUES
A. Submit a printed schedule on AIA Form G703 - Application and Certifi-
cate for Payment Continuation Sheet; EJCDC 1910-8-E, or a similar
-
form. Contractor's standard form or electronic media printout will be
considered.
B. Submit Schedule of Values in duplicate within 10 days after date of
Owner -Contractor Agreement.
C. Format: Identify each line item with number and title of the major
specification Section. Identify bonds and insurance, site mobiliza-
tion, demobilization.
D. Upon request of Owner's Representative, support the values with data
that will substantiate correctness.
E. An unbalanced Schedule of Values providing overpayment of Contractor
on items of the Work that will be performed early will not be
accepted.
F. Revise and resubmit the Schedule of Value until accepted to the Owner'
Representative. No Applications for Payment shall be submitted until
Schedule of Values is accepted.
G. The Schedule of Values, when accepted by Owner's Representative, shall
be used only as the basis for the Contractor's Application for
Payment.
H. 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.
1.2 SUBSTANTIAL COMPLETION —
A. For the purposes of establishing when the project is substantially
complete and suitable for its intended purpose, the following
functional components shall be completed:
1. All piping, tubing, valves, and pressure sensing controls shall be
installed, tested and accepted. —
2. All electrical, and mechanical work shall be completed.
3. Pump building and floor shall be installed and finished.
4. Vertical turbine pumps shall be installed, tested and accepted.
5. Entire booster station shall be operable for full range.
City of Lubbock, TDCJ Booster Pump Station
r"
01019 - Page 2
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
SECTION 01027
APPLICATIONS FOR PAYMENT
PART 1 GENERAL
1.1 SECTION INCLUDES
01027 - Page 1
A. Procedures for preparation and submittal of applications for payment.
1.2 RELATED SECTIONS
A. Agreement: Contract Sum/Price and unit prices, amounts of progress —
payments and retainages, time schedule for submittals.
B. General Conditions: Progress payments and final payment.
C. Section 01019 - Contract Considerations: Schedule of values.
D. Section 01300 - Submittals: Submittal procedures.
E. Section 01700 - Contract Closeout: Final payment.
1.3 FORMAT
A. AIA G702 - Application and Certificate for Payment and AIA G703 -
Continuation Sheet; EJCDC 1910-8-E - Application for Payment; or a
similar form. Contractor's electronic media driven form including
continuation sheets when required will be acceptable. Submit
Contractor's sample form prior to first application for payment, for -,
approval by Owner's Representative.
B. For each item, provide a column for listing each of the following: _
1. Item Number.
2. Description of work.
3. Scheduled Values.
4. Previous Applications.
5. Work in Place and Stored Materials under this Application.
6. Authorized Change Orders.
7. Total Completed and Stored to Date of Application. --
8. Percentage of Completion.
9. Balance to Finish.
10. Retainage.
1.4 PREPARATION OF APPLICATIONS
A. Present required information in typewritten form or on electronic --
media printout.
B. Execute certification by signature of authorized officer.
C. Use data from approved Schedule of Values. Provide dollar value in
each column for each line item for portion of work performed and for
stored Products.
City of Lubbock, TDCJ Booster Pump Station
01027 - Page 2
D. List each authorized Change Order as an extension on AIA G703 -
Continuation Sheet, or on similar form, listing Change Order number
and dollar amount as for an original item of Work.
E. Prepare Application for Final Payment as specified in Section 01700.
1.5 SUBMITTAL PROCEDURES
A. Submit three copies of each Application for Payment.
B. Submit an updated construction schedule with each Application for
Payment.
C. Payment Period: Submit by the 25th day of each month.
D. Submit with transmittal letter as specified for Submittals in Section
01300.
1.6 SUBSTANTIATING DATA
A. When Owner's Representative requires substantiating information,
submit data justifying dollar amounts in question.
B. Provide one copy of data with cover letter for each copy of submittal.
Show application number and date, and line item by number and
description.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
01039 - Page 1
COORDINATION AND MEETINGS
PART 1 GENERAL
1.1, SECTION INCLUDES
A. Coordination.
B. Field engineering. i
C. Preconstruction meeting.
D. Progress meetings.
E. Examination.
1.2 COORDINATION
A. Coordinate scheduling, submittals, and Work to assure efficient and
orderly sequence of installation of interdependent construction
elements, with provisions for accommodating items installed later.
B. Follow routing shown for pipes and conduit, as closely as practicable.
Utilize spaces efficiently to maximize accessibility for other instal-
lations; for maintenance, and for repairs.
C. In finished areas, conceal pipes within the construction._
D. Coordinate completion and clean up of Work of separate sections in
preparation for Substantial Completion.
E. After Owner occupancy of premises, coordinate access to site for
correction of defective Work and Work not in accordance with Contract
Documents, to minimize disruption of Owner's activities.
1.3 FIELD ENGINEERING
A. Provide field engineering services. Establish elevations, lines, and
levels, utilizing recognized engineering survey practices.
B. Employ qualified personnel for field engineering work.
C. Contractor to locate and protect survey control and reference points.
D. Control datum for survey will be established by Owner's
Representative.
E. Verify set -backs and easements, confirm drawing dimensions and
elevations.
1.4 PRECONSTRUCTION MEETING
City of Lubbock, TDCJ Booster Pump Station
01039 - Page 2
r
A. Owner's Representative will schedule a meeting after award of
Contract. The meeting will be held at City of Lubbock Municipal Hill,
r 600 Municipal Drive, Lubbock TX 79457.
B. Attendance Required: Owner's representatives, Contractor's Project
Manager and Project Superintendent, and Contractor's Subcontractor
representatives.
C. Agenda:
1. Submission of list of Subcontractors, list of Products, schedule
of values, and progress schedule.
2. Designation of personnel representing the parties in Contract.
3. Procedures and processing of field decisions, submittals, substi-
tutions, applications for payments, proposal request, Change
Orders, and Contract closeout procedures.
4. Scheduling.
1.5 PROGRESS MEETINGS
A. Owner's Representative will make arrangements for meetings, prepare
agenda with copies for participants, preside at meetings.
B. Attendance Required: Job superintendent, major Subcontractors and
suppliers, Owner's Representative as appropriate to agenda topics for
each meeting.
C. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems which impede planned progress.
5. Review of submittals schedule and status of submittals.
6. Review of off -site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
11. Maintenance of quality and work standards.
12. Effect of proposed changes on progress schedule and coordination.
13. Other business relating to Work.
D. Owner's Representative will record minutes and distribute copies
within two weeks after meeting to participants and designated
recipients, identified at the Preconstruction Conference, and those
affected by decisions made. Corrections, additions or deletions to the
minutes shall be noted and addressed at the following meeting.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
City of Lubbock, TDCJ Booster Pump Station
01039 — Page 3
3.1 EXAMINATION
A. Verify that existing site conditions and substrate surfaces are
acceptable for subsequent Work. Beginning new Work means acceptance
of existing conditions.
B. Verify that existing substrate is capable of structural attachment of
new Work being applied or attached.
C. Examine and verify specific conditions described in individual
specification sections.
D. Verify that utility services are available, of the correct character-
istics, and in the correct location.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material
or substance.
C. Apply any manufacturer required'or recommended substrate primer,
sealer, or conditioner prior to applying any new material or substance
in contact or bond.
D. Finish surfaces as specified.in individual Product sections.
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
7 01300 - Page 1
r
SECTION 01300
SUBMITTALS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Submittal procedures.
B. Construction progress schedules.
C. Proposed Products list.
D. Shop Drawings.
E. Product Data.
F. Samples.
G. Manufacturer's installation instructions.
H. Manufacturer's certificates.
I. Construction photographs.
1.2 RELATED SECTIONS
A. Section 01019 - Contract Considerations.
B. Section 01400 - Quality Control.
C. Section 01700 - Contract Closeout.
1.3 SUBMITTAL PROCEDURES
A. Transmit all submittals to:
Michael E. Murphy, P.E.
Water Utilities Engineering
City of Lubbock
1625 13th Street
Lubbock, TX 79457
B. Transmit each submittal (with the exception of shop drawings and
samples) with 2 copies of a submittal transmittal form.
C. Sequentially number the transmittal form beginning with 1. Revise
submittals with original number and a sequential alphabetic suffix
letter starting with "A." Properly complete transmittal form.
D. Apply Contractor's stamp, signed or initialled certifying that review,
verification of Products required, field dimensions, adjacent
r
City of Lubbock, TDCJ Booster,Pump Station
01300 - Page 2
construction Work, and coordination of information, is in accordance
with the requirements of the Work and Contract Documents.
E. Schedule submittals to expedite the Project, and deliver to Mr.
Michael Murphy at business address. Coordinate submission of related
items.
F. For each submittal for review, allow 10 days excluding delivery time
to and from the contractor.
G. Identify variations from Contract Documents and Product or'system lim-
itations which may be detrimental to successful performance of the
completed Work.
H. Revise and resubmit, identify all changes made since previous submis-
sion.
I. Distribute copies of reviewed submittals as appropriate. Instruct
parties to promptly report any inability to comply with provisions.
J. Submittals not requested will not be recognized or processed.
K. Submittals will not be accepted from subcontractors, suppliers, or
anyone other than the Contractor.
1.4 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial schedule in duplicate within 10 days after date of
Owner -Contractor Agreement.
B. Revise and resubmit as required.
C. Submit revised schedules with each Application for Payment, identify-
ing changes since previous version.
D. Submit a horizontal bar chart with separate line for each major
section of Work or operation, identifying first work day of each week.
E. Show complete sequence of construction by activity, ;identifying Work
of separate stages and other logically grouped activities. Indicate
the early and late start, early and late finish, float dates, and
duration.
F. Indicate estimated percentage of completion for,each item of Work at
each submission.'
G. Indicate submittal dates required for shop drawings, product data,
samples, and product delivery dates.
1.5 PROPOSED PRODUCTS LIST
A. Within 15 days after date of Notice to Proceed, submit list,of major
products proposed for use, with name of manufacturer, trade name, and
model number of each product.
City of Lubbock, TDCJ'Booster Pump Station
01300 - Page 3
B. For products specified only by reference standards, give manufacturer,
trade name, model or catalog designation, and reference standards.
1.6 SHOP DRAWINGS
A. Submit the number of opaque reproductions which Contractor requires,
plus two copies which will be retained by Owner's Representative.
B. After review, produce copies for record documents purposes described
in Section 01700 - CONTRACT CLOSEOUT.
C. Contractor shall certify that shop drawings have been reviewed and all
necessary corrections have been made such that the products, when
installed, will be in full compliance with the Contract Documents.
Shop drawings submitted without this certification will be returned
without review.
D. Comments shall be made on items called to the attention of the Owner's
Representative for review and comments. Any marks made by the Owner's
Representative do not constitute a blanket review of the submittal or
relieve the Contractor from responsibility for errors or deviations
from the Contract requirements.
1.7 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus two
copies which will be retained by the Owner's Representative.
B. Mark each copy to identify applicable products, models, options, and
other data. Supplement manufacturers' standard data to provide infor-
mation unique to this Project.
C.
After review provide copies for record documents described in Section
^`
01700 - CONTRACT CLOSEOUT.
1.8
SAMPLES
A.
Submit samples to illustrate functional and aesthetic characteristics
of the Product, with integral parts and attachment devices. Coordi-
nate sample submittals for interfacing work.
7
B.
Submit samples of finishes in custom colors selected, textures, and
patterns for Owner's Representative selection.
r
I
C.
Include identification on each sample, with full Project information.
r.
D.
At least one sample of each product will be retained by Owner's Repre-
sentative.
E.
Provide Contractor's stamp of approval on samples as indication of his
F'
checking and verification of dimensions and coordination with interre-
lated work.
r City of Lubbock, TDCJ Booster Pump Station
s
01300 - Page 4
F. Approved samples submitted or constructed, constitute criteria for
Judging complete work. Finished work or items not equal to samples
will be rejected.
G. Samples may be retained for comparison purposes. Remove samples when
directed. Include in bid all costs of furnishing and removing
samples.
1.9 RESUBMISSION REQUIREMENTS
A. Make all corrections or changes in the submittals required by the
Owner's Representative and resubmit until approved
B. For shop drawings:
1. Revise initial drawings or data and resubmit as
specified for the original submittal.
2. Highlight in yellow those revisions which have been
made in response to the first review by the Owner's
Representative.
3. Highlight in blue any new revisions which have been
made or additional details of information that has been
added since the previous review by Owner's
Representative.
C. For samples:
1. Submit new samples as required for the initial sample.
2. Remove samples which have been rejected.
D. For mock-ups:
1. Construct a new mock-up as initially required.
2. Dispose of mock-ups which have been rejected.
1.10 MANUFACTURER INSTALLATION INSTRUCTIONS
A.' When specified in individual specification sections, submit printed
instructions for delivery,storage, assembly, installation, adjusting,
and finishing, to Owner's Representative in quantities specified for
Product Data.
B. Indicate special procedures, perimeter conditions requiring special
attention, and.special environmental criteriarequired for application
or installation.
1.11 MANUFACTURER CERTIFICATES
A. When specified in individual specification sections, submit certifica-
tion by'manufacturer to Owner's Representative, in quantities speci-
fied for Product Data
City of Lubbock, TDCJ`Booster Pump Station
01300 - Page 5
B. Indicate material or Product conforms to or exceeds specified require-
ments. Submit supporting reference data, affidavits, and certifica-
tions as appropriate.
C. Certificates may be recent or previous test results on material or
Product, but must be acceptable to Owner's Representative.
1.12 CONSTRUCTION PHOTOGRAPHS
A. Each month submit photographs with Application for Payment.
B. Photographs: One print; color, glossy; 8 x 10 inch.
C. Take four photographs indicating the relative progress of the Work,
five days maximum prior to submitting.
D. Identify photographs with date, time, orientation, and project identi-
fication.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
01400 - Page 1
SECTION 01400
QUALITY CONTROL
PART '1 GENERAL
1.1 SECTION INCLUDES
A. Quality assurance - control of installation.
B. Tolerances
C., References.
D. Testing laboratory services.'
�. Inspecting
F. Manufacturers' field services and reports.
1.2 RELATED SECTIONS
A. Section 01300 - Submittals.
1.3 QUALITY ASSURANCE - CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, Products,
services, site conditions, and workmanship, to produce Work of speci-
fied quality.
B. Comply with manufacturers' instructions, including each step in
sequence.
C. Should manufacturers' instructions conflict with Contract Documents,
request clarification from Owner's Representative before proceeding.
D. Comply with specified standards as minimum quality for the Work except
where more stringent tolerances, codes, or specified requirements
indicate higher standards or more precise workmanship.
E. Perform work by persons qualified to produce workmanship of specified
quality.
F. Secure Products in place with positive anchorage devices designed and
sized to withstand stresses, vibration, physical distortion, or dis-
figurement.
1.4 TOLERANCES
A. Monitor tolerance control of installed Products to produce acceptable
Work. Do not permit tolerances to accumulate.
City of Lubbock, TDCJ Booster Pump Station
01400 - Page 2
B. Comply with manufacturers' tolerances. Should manufacturers' toler-
ances conflict with Contract Documents, request clarification from
Owner's Representative before proceeding.
C. Adjust Products to appropriate dimensions; position before securing
r
Products in place.
1.5 REFERENCES
.. A. For Products or workmanship specified by association, trade, or other
consensus standards, comply with requirements of the standard, except
when more rigid requirements are specified or are required by applica-
ble codes.
B. Conform to reference standard by date of issue current on date of
Contract Documents, except where a specific date is established by
code.
C. Obtain copies of standards where required by product specification
sections.
D. The contractual relationship, duties, and responsibilities of the
parties in Contract nor those of the Owner's Representative shall not
be altered from the Contract Documents by mention or inference other-
wise in any reference document.
1.7 TESTING LABORATORY SERVICES
A. Contractor shall employ and pay for services of qualified independent
testing services to perform testing as specified in the individual
sections.
B. Employment of testing services in no way relieves Contractor of obli-
gation to perform Work in accordance with requirements of Contract
1 Documents.
C. Prior to start of Work, submit to Owner's Representative for accep-
tance: Testing laboratory names, addresses and telephone numbers, and
names of responsible officers.
D. Reports will be submitted by the independentfirm to the Owner's
Representative and Contractor, indicating observations and results of
tests and indicating compliance or non-compliance with Contract
►- Documents.
E. Cooperate with independent firm; furnish samples of materials, design
mix, equipment, tools, storage, safe access, and assistance by inci-
dental labor as requested.
1. Notify Owner's Representative and independent firm 24 hours prior
to expected time for operations requiring services.
2. Make arrangements with independent firm and pay for additional
samples and tests required for Contractor's use.
City of Lubbock, TDCJ Booster Pump Station
r'
r
01400 - Page 3
F. Testing does not relieve Contractor to perform Work to contract re-
quirements.
G. Retesting required because of non-conformance to specified require-
ments shall be performed by the same independent firm on instructions -
by the Owner's Representative. Cost of retesting due to non-confor-
mance shall be the sole responsibility of the Contractor.
1.8 INSPECTING A. General inspection of the Work will be performed by the Owner's
Representative and by such other representative, supervisor, or in-
spector as may be authorized by said Owner's Representative.
B. Provide additional inspection for specific portions of the Work as
specified in the individual sections, at no additional cost to the
Owner.
C. Presence or absence of Owner's inspectors in no way relieves
Contractor of obligation to perform Work in accordance with require-
ments of. Contract Documents.
V
1.9 MANUFACTURERS' FIELD SERVICES AND REPORTS
A. When specified in individual specification sections, require material
or Product suppliers or manufacturers to provide qualified staff per-
sonnel to observe site conditions, conditions of surfaces and instal-
lation, quality of workmanship, as applicable.
B. Submit qualifications of observer to Owner's Representative 10 days in
advance of required ,observations. Observer subject to approval of
Owner's Representative.
C. Report observations and site decisions or instructions given to appli-
cators or installers that are supplemental or contrary to
manufacturers' written instructions.
D. Submit report in duplicate within 10 days of observation to Owner's
Representative for information.
PART 2 PRODUCTS
Not Used
City of Lubbock,"TDCJ Booster Pump Station
E •� 01500 - Page 1
SECTION 01500
MM CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
`
PART 1
GENERAL
1.1
SECTION INCLUDES
A.
Temporary Utilities.
B.
Construction Facilities.
C.
Temporary Controls.
1.2
RELATED SECTIONS
A.
Section 01700 - Contract Closeout.
1.3
TEMPORARY ELECTRICITY
rA.
Cost: By Owner; connect to Owner's power service. Do not disrupt
Owner's need for continuous service. Owner will pay cost of energy
used. Exercise measures to conserve energy.
r-�
B.
Provide temporary electric feeder electrical service at location as
directed. Do not disrupt Owner's need for continuous service.
C.
Complement existing power service capacity and characteristics as
required.
D.
Provide power outlets for construction operations, with branch wiring
and distribution boxes located as required. Provide flexible power
cords as required.
r
E.
Provide main service disconnect and overcurrent protection at conve-
nient location.
7
F.
Provide adequate distribution equipment, wiring, and outlets to pro-
vide single phase branch circuits for power and lighting.
r`
l
1.4
TEMPORARY WATER SERVICE
A.
Connect to existing water source for construction operations.
B.
Owner will pay cost of water used for construction Exercise mea-
l ,
sures to conserve water.
C. Extend branch piping with outlets located so water is available by
hoses with threaded connections. Provide temporary pipe insulation to
prevent freezing.
r
City of Lubbock, TDCJ Booster Station
PO-
01500 - Page 2
1.5 TEMPORARY SANITARY FACILITIES
A. Provide and maintai 'required facilities and enclosures. -'
1. As required by laws and regulations.
2. Not less than one facility for every 20 employees. --
1.6 BARRIERS
A. Provide suitable barriers as required for public protection and pro-
tection of Owner's employees.
1.7 WATER CONTROL
A. Grade site to drain. Maintain excavations free of water. Provide,
operate, and maintain pumping equipment. _
B. Protect site from puddling or running water. Provide water barriers
as required to protect site from soil erosion.
1.8 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified �-
in individual specification sections.
B. Provide temporary and removable protection for installed Products. _
Control activity in immediate work area to prevent damage.
C. Protect finished floors, and other surfaces from traffic, dirt, wear,
damage, or movement of heavy objects, by protecting with durable sheet
materials.
1.9 SECURITY
A. Provide security and facilities to protect Work, and Owner's opera-
tions from unauthorized entry, vandalism, or theft.
1.10 ACCESS ROADS
A. Contractor may use existing roadways and driveways for access to the
extent practical.
B. Coordinate all detours and other operations affecting traffic and
access with Owner's Representative. Provide at least 72-hour notice
of any operations that will alter access to the treatment plant.
C. Provide means of removing mud from vehicle wheels before entering
streets.
1.11 PARKING
A. Provide temporary parking areas to accommodate construction personnel. —
City of Lubbock, TDCJ Booster Station
701500 - Page 3
B. Do not allow vehicle parking outside areas assigned for parking by
Owner's Representative.
1.12 PROGRESS CLEANING AND WASTE REMOVAL
A. Maintain areas free of waste materials, debris, and rubbish. Maintain
site in a clean and orderly condition.
B. Broom and vacuum clean interior areas prior to start of surface
finishing, and continue cleaning to eliminate dust.
C. Collect and remove waste materials, debris, and rubbish from site
weekly and dispose off -site.
D. Open free -fall chutes not permitted. Terminate closed chutes into
appropriate containers with lids.
1.13 PROJECT IDENTIFICATION
A. No signs are allowed without Owner permission, except those required
by law.
1.14 TEMPORARY CONTROLS
A. Erosion and Sediment Control:
1.
Prevent erosion and sedimentation.
2.
Plan and execute construction by methods
to control surface
drainage from cuts and fills, from borrow and waste disposal areas.
3.
Provide temporary measures such as berms,
dikes and drains, to
prevent water flow
4.
Periodically inspect earthwork to detect
evidence of erosion and
sedimentation; promptly apply corrective
measures.
B. Pollution Control
T
1. Provide methods,'means and facilities to prevent contamination of
soils, water and atmosphere from discharge of noxious, toxic sub-
stances, and pollutants produced by construction operations.
1.15 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary utilities, equipment, facilities, materials, prior to
Final Application for Payment inspection.
B. Remove underground installations. Grade site to allow unobstructed
flow of stormwater runoff.
C. Clean and repair damage caused by installation or use of temporary
work.
D. Restore permanent facilities used during construction to specified
condition.
City of Lubbock, TDCJ Booster Station
01500 - Page 4
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
City of Lubbock, TDCJ Booster Station
01700 - Page 1
7t,
SECTION 01700
CONTRACT CLOSEOUT
PART 1
GENERAL
1.1
SECTION INCLUDES
A.
Closeout procedures.
B.
Final cleaning.
C.
Adjusting.
T
:I
D.
Project record documents.
t
E.
Operation and maintenance data.
F.
Warranties.
j
1.2
RELATED SECTIONS
A.
Section 01500 - Construction Facilities and Temporary Utilities.
11
1.3
CLOSEOUT PROCEDURES
A.
Submit written certification that Contract Documents have been
reviewed, Work has been inspected, and that Work is complete in
accordance with Contract Documents and ready for Owner's
Representative review.
j�
LI
B.
Owner's Representative will make an inspection to verify the status of
completion with reasonable promptness after receipt of such
certification.
`
C.
Should Owner's Representative consider that the Work is incomplete or
defective.
1. Owner's Representative 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's
Representative that the Work is complete.
3. Owner's Representative will reinspect the Work.
C.
Provide submittals to Owner's Representative that are required b
P 9 Y
governing or other authorities.
,
D.
Submit final Application for Payment identifying total adjusted
Contract Sum, previous payments, and sum remaining due.
I.
1.4
FINAL CLEANING
7
�I:
A.
Execute final cleaning prior to final project assessment.
City of Lubbock, TDCJ Booster Pump Station
71,
01700 - Page 2
B. Clean interior and exterior surfaces,,remove temporary labels, stains
and foreign substances, polish glossy surfaces.
C. Clean equipment and fixtures to a sanitary condition with cleaning
materials appropriate to the surface and material being cleaned.
D. Clean site; sweep paved areas.
E. Remove waste and surplus materials, rubbish, and construction
facilities from the site.
1.5 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and
unhindered operation.
1.6 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record
actual revisions to the Work:
1. Drawings.
2. Specifications.
3. Addenda.
4., Change Orders and other modifications to the Contract.
5. Reviewed Shop Drawings, Product Data,`and Samples.
6. Manufacturer's instruction for assembly, installation, and
adjusting.
B. .Ensure entries are complete and accurate, enabling future reference by
Owner.
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
E. Specifications: Legibly mark and record at each Product section
description of actual Products installed, including the following:
1. Manufacturer's name and product model,and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and modifications.
F. Record Documents and Shop Drawings: Legibly mark each item to record
. actual construction including:
1. Measured depths of foundations in relation to finish floor datum.
2. Measured horizontal and vertical locations of underground
utilities and appurtenances, referenced to permanent surface -
improvements.
3. Measured locations of internal utilities and appurtenances
concealed in construction, referenced to .visible and accessible
features of the Work.
City of Lubbock, TDCJ Booster Pump Station
i. 01700 - Page 3
F4.
Field changes of dimension and detail.
5. Details not on original Contract drawings.
j�
H.
Submit documents to Owner's Representative with claim for final
I
Application for Payment.
1.7
WARRANTIES
A.
All materials incorporated in the project and all construction shall
be guaranteed against defective materials and workmanship.
B.
Prior to final acceptance, provide duplicate notarized copies of a
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 from such defects, when such defects appear
within ONE year from the date of final acceptance of the Work as a
t
result of defective materials or workmanship, at no cost to the Owner.
C.
Execute and assemble transferable warranty documents from
Subcontractors, suppliers, and manufacturers.
D.
Provide Table of Contents and assemble in three D side ring binder
with durable plastic cover.
E.
Submit prior to final Application for Payment.
t
PART 2
PRODUCTS
Not Used
PART 3
EXECUTION
Not Used
k7 a
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
02222 - Page 1
SECTION 02222
EXCAVATING
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Site Clearing
B. Removal of Materials
C. Rough Grading
D. Excavating for building floor and foundations.
E. Excavating for final grading.
F. Excavating for other structures.
G. Trenching
H. Rock removal
1.2 RELATED SECTIONS
A. Section 01400 - Quality Control: Inspection of bearing surfaces.
B. Section 01500 - Construction Facilities and Temporary Controls.
C. Section 02223 - Backfilling.
1.3 FIELD MEASUREMENTS
A. Verify that survey bench mark and intended elevations for the Work are
as indicated.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
3.1 PREPARATION
A. Identify required lines, levels, contours, and datum.
B. Protect bench marks and reference points from excavation equipment and
vehicular traffic.
3.2 SITE CLEARING
A. Clear areas required for access to site and execution of Work.
City of Lubbock, TDCJ Booster pump Station
02222 - Page 2
B.
Remove trees and shrubs designated. Remove stumps, and complete root
system.
C.
Clear undergrowth and deadwood, without disturbing subsoil.
D.
Apply herbicide to remaining stumps to inhibit growth.
3.3
REMOVAL OF MATERIALS
A.
Remove debris, rock, and extracted plant life from site, at
Contractor's expense.
B.
Do not bury any type of organic matter on site
C.
Do not burn combustible materials on site.
..
3.4
TOPSOIL EXCAVATION
'
A.
Excavate topsoil from areas to be further excavated, re -landscaped, or
re -graded.
feet.
B.
Stockpile in area designated on site to depth not exceeding 8
Protect from erosion. Remove excess topsoil not being reused, from
site.
!I
3.5
ROUGH GRADING
A.
Verify site conditions under provisions of Section 01039.
B.
Identify required lines, levels, contours, and datum.
tr"
C.
Fill areas to contours and elevations with unfrozen materials.
D.
Place fill materials on continuous layers and compact to minimum 95
of maximum dry density.
percent
E.
Make grade changes gradual. Blend slope into level areas. Remove
surplus materials from site.
3.6 EXCAVATION
A. Underpin adjacent structures which may be damaged by excavation work.
B. Excavate subsoil required to accommodate foundations, footings, floor
slabs, and other structures and construction operations.
C. Machine slope banks to angle of repose or less, until shored.
D. Do not interfere with 45 degree bearing splay of foundation.
E. Grade top perimeter of excavation to prevent surface water from
draining into excavation.
j` F. Hand trim excavation. Remove loose matter.
�I
City of Lubbock, TDCJ Booster Pump Station
`I
02222 - Page 3
G. Remove lumped subsoil, boulders, and rock up to 1/3 cu yd measured by
volume. -
H. Notify Owner's Representative of unexpected subsurface conditions and
discontinue affected Work in area until notified to resume work.
I. Correct areas over -excavated in accordance with Section 02223.
J. Stockpile excavated material in area designated on site and remove
excess material not being reused, from site. Provide erosion and
sedimentation control measures around stockpiles.
3.7 FIELD QUALITY CONTROL
A. Field inspection will be performed by Owner's Representative. y
B. Provide for visual,inspection of bearing surfaces.
3.8 PROTECTION A. Protect excavations by methods required to prevent cave-in or loose
soil from falling into excavation.
B. Protect bottom of excavations and soil adjacent to and beneath
foundation, from freezing.
3.9 ROCK REMOVAL
A. Definition: Solid mineral material with a volume in excess of 1/4 --
cubic yard, or solid material that cannot be removed with a 3/4 cubic
yard capacity power shovel.
B. Excavate and remove rock by mechanical method. Rock removal by
explosive methods will not be allowed
C. Payment: Although it appears that Rock Removal will not be required _
the cost of all labor, equipment and supplies to execute removal of
any rock encountered shall be included in the Contract unit price for
other related items. No separate payment shall be made for rock
removal.
END OF SECTION
City of Lubbock, TDCJ'Booster Pump Station
F02223 - Page 1
SECTION 02223
BACKFILLING
PART 1
GENERAL
1.1
SECTION INCLUDES
A.
Filling and backfilling.
B.
Sand cushion beneath building floor.
C.
Consolidation and compaction as scheduled.
D.
Fill for over -excavation.
1.2
RELATED SECTIONS
A.
Section 01400 - Quality Control
B.
Section 02222 - Excavating.
C.
Section 03300 - Cast -in -Place Concrete.
1.3
SUBMITTALS
A.
Submit under provisions of Section 1300.
B.
Material Source: Submit name of materials suppliers. Provide
.
materials from same source throughout the work. Change of source
requires Owner's Representative approval.
fi
C.
Submit sieve analysis, physical and chemical properties of material
for acceptance by Owner's Representative.
1.2
REFERENCES
A.
ASTM D698 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop.
B.
TxDOT Tex - Texas Department of Transportation Manual of Testing
Procedures.
'
PART 2
PRODUCTS
2.1
FILL MATERIALS
1
A.
Fill Type:
1. For trenching, subgrade, and other structures: Free from rocks or
stones larger than 6 inches in their greatest dimension, brush,
stumps, logs, roots, debris, and organics and other objectionable
CI'
City of Lubbock, TDCJ Booster Pump Station
1
02223 - Page 2
materials, and shall be wetted or' dried as required and thoroughly
mixed to ensure uniform moisture content.
B. Sand cushion for drying bed floor slab: Sand or a combination of
sands, and shall be composed of clean, hard, durable, uncoated grains,
meeting the following gradation requirements:
Sieve No.
% Retained
3/8"
0
4
0to5
8
0 to 20
16
15 to 30
30
35 to 75
50
70 to 90
100
90 to 100
200
97 to 100
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify subdrainage, dampproofing or waterproofing installation has
been inspected.
3.2 PREPARATION
A. Compact subgrade to 95 percent of the maximum density in the range of
2 percent below to 2 percent above the optimum moisture content as
determined by ASTM D698.
B. Cut' out soft areas of ,subgrade not capable of in situ compaction.
Backfill and compacttodensity equal to or greater than requirements
for subsequent fill material.
C. Scarify and proof roll subgrade surface to a depth of 12 inches to
identify soft spots; fill and compact to density equal to or greater
than requirements for subsequent fill material.
3.3 BACKFILLING
A. Backfill areas to contours and elevations with unfrozen materials.
B. Systematically backfill to allow maximum time for natural settlement.
Do not backfill over porous, wet, frozen or spongy subgrade surfaces.
C. Place and compact materials in continuous layers not exceeding 8
inches compacted depth.
D. Employ a placement method that does not disturb or damage.other work.
E. Maintain optimum moisture content of backfill materials to attain re-
quired'compaction density. Backfill against supported walls. Do not
backfill`against unsupported walls.
City of Lubbock, TDCJ Booster Pump 'Station
i 02223 - Page 3
r
F.
Backfill simultaneously on each side of unsupported walls until
supports are in place.
'M
i
G.
Make gradual grade changes. Blend slope into level areas.
H.
Remove surplus backfill materials from site, at Contractor's expense..
r
I.
Leave fill material stockpile areas free of excess fill materials.
J.
Sand and gravel: Level final grade by hand.
K.
Correct overexcavated areas using concrete with a minimum strength of
2,000 psi at 28 days. Mix, deliver and place concrete for overexcava-
tion under provisions of Section 03300.
3.4
FIELD QUALITY CONTROL
A.
Field testing will be performed under provisions of Section 01400.
B.
Compaction testing will be performed in accordance with ASTM 0698.
C.
If tests indicate Work does not meet specified requirements, remove
Work, replace and retest.
D.
Tests shall be performed prior to placement of subsequent layer, and
prior to placement of concrete for tank foundation.
3.5
PROTECTION OF FINISHED WORK
r;
t
A.
Protect finished Work under provisions of Section 01500.
B.
Reshape and re -compact fills subjected to vehicular traffic.
3.6
SCHEDULE
A.
Fill Under Concrete slabs, Footings and other structures:
1. Compact subsoil to 95 percent of its maximum dry density.
2. Compact fill material to 95 percent of its maximum dry density
prior to placement of concrete.
END OF SECTION
� I
City of Lubbock, TDCJ Booster Pump Station
I
02667 - Page 1
SECTION 02667
SITE WATER LINES AND MISCELLANEOUS VALVES
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Pipe and fittings for site water lines including pump suction and
discharge lines.
B. Copper Tubing for Pressure Sensing Equipment.
C. Gate Valves.
D. Pressure Reducing Valve.
E. Electric Check Valves for Pump Control
F. Air Release Valves. —
G. Valve Boxes.
1.2 RELATED SECTIONS
A. Section 02207 —Aggregate Materials.
B. Section 02222 - Excavating.
C. Section 02223 Backfilling.
D. Section 02225 - Trenching.
1.3 REFERENCES A. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. B. ANSI/AWWA C104 - Cement -Mortar Lining for Ductile -Iron Pipe and
Fittings for Water.
C. ANSI/AWWA C111- Rubber -Gasket Joints for Ductile Iron and Grey -Iron
Pressure Pipe and Fittings.'
D. ANSI/AWWA C151 - Ductile -Iron Pipe, Centrifugally Cast in Metal Molds
or Sand -Lined Molds, for Water or Other Liquids.
E. ANSI/AWWA C500 - Gate Valves, 3 through 48 in NPS, for Water and
Sewage Systems.
F. ANSI/AWWA C502 - Dry Barrel Fire Hydrants.
G. ANSI/AWWA C600 - Installation of Ductile -Iron Water Mains and
Appurtenances.
City of Lubbock - TDCJ Booster Pump Station
02667 - Page 2
r
H.
ANSI/AWWA C606 - Grooved and Shouldered Type Joints.
I.
ASTM B88 - Seamless Copper Water Tube.
J.
ASTM D2922 '- Test Methods for Density of Soil and Soil -Aggregate in
r-
Place by Nuclear Methods (Shallow Depth).
K.
ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -
Aggregate Mixtures.
1.4
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Product Data: Provide data on pipe materials, pipe fittings, valves,
and accessories.
C.
Manufacturer's Certificate: _Certify that products meet or exceed
specified requirements.
1.5
PROJECT RECORD DOCUMENTS
A.
Submit under provisions of Section 01700.
B.
Accurately record actual locations of piping mains, valves,
connections, and invert elevations.
C.
Identify and describe unexpected variations to subsoil conditions or
discovery of uncharted utilities.
F1.6
QUALITY ASSURANCE
A.
Perform Work in accordance with City of Lubbock Design Standard &
Specifications for Water & Sewer.
r
B.
Valves: Manufacturer's name and pressure rating marked on valve body.
7
1.7
DELIVERY, STORAGE, AND HANDLING
A.
Deliver, store, protect and handle products to site in accordance with
manufacturer's instructions.
B.
Deliver and store valves in shipping containers with labelling in
place.
1.8
PERFORMANCE REQUIREMENTS
A.
Piping, valves and fittings shall be rated to withstand an operating
pressure of 150 psi.
fI
City of Lubbock - TDCJ.Booster Pump Station
I
02667 - Page 3
PART 2 PRODUCTS
2.1 PIPE
A. Ductile Iron Pipe: ANSI/AWWA C150, C151, C104, cement lined in
accordance with AWWA C104-80 (ANSI 21.4) and coated externally with
an asphalt base paint
1. Fittings: Cast Iron, standard thickness, mechanical joint type or
flanged. Fittings shall conform to AWWA C104, AWWA C110 and AWWA
C111.
2. Joint Types:
a) Use mechanical joints for buried joints, except where
connecting flanged fittings.
b) Use flanged joints for exposed joints.
3. flanges for fittings and valves shall be American Standards
Association Class 125, B16.1.
B. Copper Tubing: ASTM B88, Type K, annealed.
1. Fittings: ANSI/ASME B16.18, cast copper, or ANSI/ASME B16.22,
wrought copper.
2. Joints: Compression connection or ANSI/AWS A5.8, BCuP
silver braze.
2.2 GATE VALVES
A. ANSI/AWWA C509, Iron body, bronze trim, non -rising -stem with square
nut, single wedge, resilient seat, flanged ends, control rod and cast
iron extension box with heavy cast iron cover marked "Water" type No. --
70 as manufactured by Western Iron Works or equivalent.
B. Manufacturers: subject to compliance with the Contract Documents, the
following manufacturer's are acceptable: Mueller, M & H, Darling, or
Clow.
2.3 BALL VALVES
A. Brass body, Teflon coated brass ball, rubber seats and stem seals, Tee
stem pre -drilled for control rod, AWWA compression inlet end, --
compression outlet with electrical ground connector, with control rod.
2.4 PRESSURE REGULATING VALVES
A. Type: flanged, hydraulically operated with a free floating guided
piston having a seat diameter equal to the size of the valve.
B. Valve shall be Golden Anderson 4500-D (globe) or an equivalent product
subject to acceptance by Owner's Representative.
C. Required downstream pressure: 45 pounds per square inch. Control
pilot shall be capable of field adjustments from near zero PSI to 10%
above the factory pre-set pressure.
City of Lubbock - TDCJ Booster Pump Station
i
02667 - Page 4
F
D. Material: Cast iron ASTM A126 for valve body; bronze casting ASTM B-
62 for interior trim and parts and main valve operation. All controls
and piping shall be of non -corrosive construction.
E. Provide valve with a valve position indicator for observing the valve
position at any time.
F. Valve shall be fully bronze -mounted and all packing shall have either
leather or rubber seals to provide tight closure and prevent metal to
metal friction.
G. Seals shall be easily renewable while no diaphragm shall be permitted
within the main valve body.
H. Valve piston shall be guided on its outside diameter by long stroke
stationary Vee ports which shall be downstream of the seating surface
to minimize the consequences of throttling. Throttling shall be done
by the valve Vee ports and not the valve seating surfaces.
I. Valve shall be capable of operating in any position and.shall
incorporate only one flanged cover at the valve top from which all
internal parts shall be accessible. There shall be no stems, stem
guides, or spokes with the waterway. There shall be no springs to
assist the valve operation.
2.5 ELECTRIC CHECK VALVES FOR PUMP CONTROL
A. Function:
1. Electric check valves shall function to minimize surge associated
with the starting and stopping of the vertical turbine pumps. The
valve operation shall be controlled by use of solenoid pilot
valves.
2. Valves shall open at a controlled rate of speed whenever both the
normal and emergency solenoid pilot controls are energized. When
the valve begins opening, the indicator rod shall actuate a limit
switch tied in with the pump motor starter circuit. De -energizing
the normal solenoid pilot shall initiate a normal controlled valve
closure. At a point near its seated position, the check valve
indicator rod shall actuate the limit switch which shall de -
energize the pump motor and the emergency solenoid pilot. The
actuating point of the limit switch shall be adjustable.
3. In the event of an electrical power failure, an emergency solenoid
pilot valve shall be de -energized which shall initiate a more
rapid valve closure, but at a controlled rate of speed to minimize
pump reversal.
4. Valves shall be completely piped ready for installation and
wiring, and there shall be provided on this normal solenoid pilot,
a manual operator for operation of the main valve when the pump is
running and the normal solenoid coil is burned out.
City of Lubbock - TDCJ Booster Pump Station
7,
02667 - Page 5
B. DESCRIPTION
1. The main valve shall operate on the differential piston principle
such that the area on the underside of the piston is no less than
the pipe area, and the area on the upper surface of the piston is
of a grater area than the underside of the piston.
2. The valve piston shall be guided on its outside diameter by long
stroke stationary Vee ports which shall be downstream of the
seating surface to minimize the consequences of throttling.
Throttling shall be done by the valve Vee ports and not the valve
seating surfaces.
3. The valve shall be capable of operating in any position and shall
incorporate only one flanged cover at the valve top from which all
internal parts shall be accessible. There shall be no stems,
stems guides, or spokes within the waterway. There shall be no
springs to assist the valve operation.
C. CONSTRUCTION
1. Valve :body shall be of cast iron ASTM A-126, and extra heavy
construction throughout. The valve interior trim shall be bronze
B-62 as well as the main valve operation.
2. Valve seals shall be easily renewable while no diaphragm shall be
permitted within the main valve body.
3. All controls and piping shall be of non -corrosive construction.
4. A visual valve position indicator shall be provided for observing
the valve piston position at any time.
D. MANUFACTURER;
The valve shall be as manufactured by GA Industries of Mars,
Pennsylvania; 8 inch size and shall be of their Fig. 1730-D (globe),
standard valve,,or an equivalent product subject to acceptance by
Owner's Representative.
2.6 AIR AND VACUUM VALVES
A. Materials:
1. Body, cover: cast iron, ASTM A126, Grade B.
2. Baffle Delrin; ASTM D2133.
3. Float: stainless steel, ASTM.240:
4. Seat: Buna-N.
5. Water Diffuser: brass, ASTM B16.
6. Double Acting Throttling Device:
a) Housing: malleable iron, ASTM A47
b) Adjustable` screw and nut: SS, ASTM A276 T304.
c) Spring: Stainless steel, ASTM A313 T316.
d) Plug: Teflon, AMS 3651.
B. Valves shall be 1 inch, APCO Series 140DAT Air & Vacuum Valves with
Double Acting Throttling Device & Water Diffuser, as manufactured by
Valve & Primer Corporation, or an equivalent product subject to
acceptance by Owner's Representative.
City of Lubbock - TDCJ Booster Pump Station
02667
- Page 6
r
C. Operation: Air Valves for
Vertical Turbine
Pumps shall: vent
large
quantities of air out thru.the
when liquid enters, permit
orifice when
large quantities
pump starts, close
of air to re-enter
tight
thru
orifice when pump stops, to
prevent vacuum
forming in the pump
suction
column.
T
D. Components: main valve parts shall be a body, cover, baffle, float
and seat. The baffle shall shield float from direct impact of air and
water to prevent premature float closure. The seat shall slip fit
into the baffle or cover and lock in place without any distortion, but
easily removeable.
E. Entire float and baffle assembly must be shrouded with a water
diffuser to prevent water slamming the float shut. All outlets to be
threaded or flanged.
F. Float shall be stainless steel center guided (not free floating) for
positive seating and rated 1000 psi non -shock service.
G. Discharge orifice shall be fitted with a double-acting throttling
device, to regulate and restrict air venting to establish a pressure
loading on the rising suction column of water to eliminate damaging
shock to the pump, controls and check valve on pump start. On pump
stop, the double acting throttling device shall automatically open
allowing full line unrestricted air re-entry to prevent any measure of
vacuum to form in the suction column.
H. Valve to be painted with a coating system as recommended by valve
manufacturer, and accepted by the FDA for use in contact with Potable
Water.
2.7 BEDDING MATERIALS
A. Bedding: Free of rocks, roots, grass or any debris.
2.8 ACCESSORIES
A. Concrete for Thrust Blocks: minimum strength 3000 psi at 28 days.
B. Concrete Valve Box and Cover (for Pressure Regulating Valve assembly):
1. Pre -cast reinforced concrete, minimum strength 3000 psi at 28 days,
as manufactured by Vaughn Concrete Products or equivalent.
2. Frame and cover: gray iron casting with a clear opening of 24
inches. Provide lifting ring cast into the cover in such manner as
to prevent leaking through. The cover shall be marked "City of
Lubbock Water", and shall be Catalog #40 Type 5 pick bar as
manufactured by Western Iron Works or equivalent.
PART 3 EXECUTION
3.1 PREPARATION
City of Lubbock - TDCJ Booster Pump Station
02667 - Page 7
A. Ream pipe and tube ends and remove burrs.
B. Remove scale and dirt, on inside and outside, before assembly.
C. Prepare pipe connections to equipment with flanges or unions.
3.2 BEDDING
A. Excavate pipe trench in accordance with Section 02225 for work of this
Section. Hand=trim excavation for accurate placement of pipe to
elevations indicated.
B. Place bedding material at trench bottom, level fill materials in one continuous layer not exceeding 6 inches compacted depth, compact to 95
percent.
C. Backfill around sides and to top of pipe with fill, tamped in place
and compacted -to 95 percent.
D. Maintain optimum moisture content of bedding material to attain
requiredcompaction density.
3.3 INSTALLATION - PIPE
A. Install pipe to A ndicated elevation to within tolerance`of 5/8 inches.
B. Install ductile iron piping and fittings to ANSI/AWWA C600.'
C. Install pipe to allow for expansionand contraction without stressing
pipe or joints. D. Install access fittings to permit disinfection of water system
performed under Section 02675. _
E. Form and place concrete for thrust blocks at each elbow or change of
direction of pipe main.
F. Establish elevation's of buried piping to ensure not less than 4.5 ft
of cover.
G. Backfill trench in accordance with Section 02225. —
H. Width of trench: Outside diameter of pipe plus,18 inches.
I. Excavate trench so that the maximum horizontal offset of the trench
walls from the'bottom to the top of the trench (undercutting) shall be
6.inches.
3.4 INSTALLATION VALVES
A. Set valves on solid bearing.
B. Set box cover flush with finished grade.
C. Install Air and Vacuum Valves as close as possible to Check Valves.
City of Lubbock - TDCJ Booster Pump Station
02667 - Page 8
F
7
D. Install an isolation butterfly valve below the Air and Vacuum valve
for future repair or maintenance.
E. Install at least 24 inches of straight pipe upstream side of each
Electric Check Valve. If possible, make the same provision on the
downstream side.
F. Install Air and Vacuum Release Valve as close as possible to Vertical
Turbine Pumps.
3.5 DISINFECTION OF WATER PIPING SYSTEM
A. Chemicals: ANSI/AWWA B300, Hypochlorite; ANSI/AWWA B301, Liquid
Chlorine.
B. Control water being used to fill the line so that it flows very slowly
into the section being sterilized, and so that the rate of
application of the chlorination agent shall be in such proportion that
the chlorine dose applied to the water entering the line shall be at
least 50 parts per million.
C. Maintain disinfectant in system for 24 hours.
D. Initial sampling and testing will be performed and paid for by the
Owner. Re -testing for non -passing results will be performed by the
Owner, however, Contractor shall pay for re -testing costs.
3.6 FIELD QUALITY CONTROL
A. Field testing will be performed under provisions of Section 01400.
B. Hydrostatic Tests: water lines shall be subjected.to a hydrostatic
pressure and leakage test. Lines shall be tested at 100 PSI pressure.
Hydrostatic and leakage tests shall be performed in accordance with
the requirements and methods contained in Section 600-3.12 -
"Hydrostatic Tests" of the City of Lubbock Design Standards &
Specifications for Water & Sewer.
C. Valves shall be factory tested to at least 1.5 times (50 percent more)
the operating pressure of 150 PSI.
D. Compaction testing will be performed in accordance with ANSI/ASTM
D698.
E. If tests indicate Work does not meet specified requirements, remove
Work, replace and retest at no cost to Owner.
F. Submit certified copies of factory test reports.
END OF SECTION
City of Lubbock - TDCJ Booster Pump Station
03100 - Page 1
SECTION 03100
CONCRETE FORMWORK
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Formwork for cast -in place concrete, with shoring, bracing and
anchorage.
B. Openings for other work.
C. Form accessories.
D. Form stripping.
1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION
A. Section 03300 - Cast -In -Place Concrete: Supply of concrete --
accessories for placement by this section.
1.3 RELATED SECTIONS
A. Section 03200 - Concrete Reinforcement.
B. Section 03300 - Cast -in -Place Concrete. --
1.4 REFERENCES
A. ACI 301 - Structural Concrete for Buildings.
B. ACI 318 - Building Code Requirements for Reinforced Concrete.
C. ACI 347_'- Recommended Practice For Concrete Formwork.
D. PS 1 - Construction'and Industrial Plywood. -�
1.5 DESIGN REQUIREMENTS
A. Design, engineer and construct formwork, shoring and bracing to
conform -to design and code requirements; resultant concrete to conform
to required shape, line and dimension.
1.6 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and
arrangement of joints and ties.
C. Product Data: Provide data on void form materials and installation
requirements.
City of Lubbock, TDCJ Booster Pump Station
r
d 03100 - Page 2
1.7 QUALITY ASSURANCE
r
A.Perform Work in accordance with ACI 347, 301, 318.
A. B. Maintain one copy of each document on site.
1.8 QUALIFICATIONS
A. Design formwork under direct supervision of a Professional Structural
Engineer experienced in design of this work and licensed in the State
r of Texas.
1.9 REGULATORY REQUIREMENTS
A. Conform to applicable code for design, fabrication, erection and
removal of formwork.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect and handle products to site in an acceptable
manner to prevent deterioration and damage.
B. Deliver void forms and installation instructions in manufacturer's
packaging.
1.11 COORDINATION
A. Coordinate work under provisions of Section 01039.
B. Coordinate this Section with other Sections of work which require
attachment of components to formwork.
C. If formwork is placed after reinforcement resulting in insufficient
concrete cover over reinforcement before proceeding, request
instructions from Owner's Represenattive.
PART 2 PRODUCTS
2.1 WOOD FORM MATERIALS
A. Plywood and Lumber: Sound undamaged sheets with clean, true edges;
with grade stamp clearly visible.
2.2 PREFABRICATED FORMS
A. Preformed Steel Forms: Minimum 16 gage matched, tight fitting,
stiffened to support weight of concrete without deflection detrimental
to tolerances and appearance of finished surfaces.
B. Glass Fiber Fabric Reinforced Plastic Forms: Matched, tight fitting,
stiffened to support weight of concrete without deflection detrimental
to tolerances and appearance of finished concrete surfaces.
a
C. Pan Type: Steel or Glass fiber of size and profile required.
City of Lubbock, TDCJ Booster Pump Station
. I
03100 - Page 3
D. Tubular Column Type: Round, wood or glass fiber material, surface
treated with release agent, non -reusable, of sizes required.
E. Void Forms: Moisture resistant treated paper faces, biodegradable,
structurally sufficient to support weight of wet concrete mix until
initial set.
2.3 FORMWORK ACCESSORIES
A. Form Ties: Removable or Snap -off type, galvanized metal, with
waterproofing washer, free of defects that could leave holes larger
than 1 in concrete surface.
B. ' Form Release Agent: Colorless mineral oil which will not stain
concrete, or absorb moisture or impair natural bonding or color
characteristics of coating intended for use on concrete.
C. Corners: Chamfer type.
D. Flashing Reglets: Galvanized steel, 22 gage'thick,'longest "possible
lengths, with alignment splines for joints, release tape sealed slots,
anchors for securing to concrete formwork.
E. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages:: Sized as
required, of sufficient strength and character to maintain formwork in
place while placing concrete.
G.,_ Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength,
minimum 50 degrees F to plus 175'degrees F working temperature range, -
serrated with center bulb: l inch O.D. x 1/2 inch I.D., maximum
possible lengths, ribbed profile, preformed corner sections, heat
welded jointing.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify lines, levels and centers before proceeding with formwork.
Ensure that dimensions agree with drawings.
3.2 ERECTION - FORMWORK
A. Erect formwork, shoring and bracing to achieve design requirements, in
accordance with requirements of ACI 301.
B. Provide bracing to ensure stability of formwork. Shore or strengthen
formwork subject to over stressing by construction loads.
C. Arrange and assemble formwork to permit dismantling and stripping.
Do not damage concrete during stripping. Permit removal of remaining
principal shores.
D. Align joints and make watertight. Keep form joints to a minimum.
City of Lubbock, TDCJ Booster Pump Station
03100 - Page 4
P'
E. Obtain approval before framing openings in structural members which
r
are not indicated on Drawings.
F. Provide chamfer strips on external corners.
r G. Install void forms in accordance with manufacturer's recommendations.
Protect forms from moisture or crushing.
3.3 APPLICATION - FORM RELEASE AGENT
A. Apply form release agent on formwork in accordance with manufacturer's
recommendations.
B. Apply prior to placement of reinforcing steel, anchoring devices, and
embedded items.
C. Do not apply form release agent where concrete surfaces will receive
special finishes or applied coverings which are effected by agent.
Soak inside surfaces of untreated forms with clean water. Keep
surfaces coated prior to placement of concrete.
3.4 INSERTS, EMBEDDED PARTS, AND OPENINGS
A. Provide formed openings where required for items to be embedded in
passing through concrete work.
B. Locate and set in place items which will be cast directly into
concrete.
C. Coordinate with work of other sections in forming and placing
openings, slots, reglets, recesses, sleeves, bolts, anchors, other
inserts, and components of other Work.
D. Install accessories in accordance with manufacturer's instructions,
straight, level, and plumb. Ensure items are not disturbed during
concrete placement.
F. Install waterstops continuous without displacing reinforcement.
G. Provide temporary ports or openings in formwork where required to
facilitate cleaning and inspection. Locate openings at bottom of
forms to allow flushing water to drain.
H. Close temporary openings with tight fitting panels, flush with inside
face of forms, and neatly fitted so joints will not be apparent in
exposed concrete surfaces.
3.5 FORM CLEANING
A. Clean forms as erection proceeds, to remove foreign matter within
forms.
B. Clean formed cavities of debris prior to placing concrete.
City of Lubbock, TDCJ Booster Pump Station
03100 - Page 5
C. Flush with water or use compressed air to remove remaining foreign
matter. Ensure that water and debris drain to exterior through
clean -out ports.
D. During cold weather, remove ice and snow from within forms. Do not
use de-icing salts. -Do not use water to clean out forms,unless
formwork and concrete construction proceed within heated enclosure.
Use compressed air or other means to remove foreign matter.
3.6 FORMWORK TOLERANCES
A. Construct formwork to maintain tolerances required by ACI 301. _
B. Camber slabs and beams in accordance with ACI 301�.
3.7 FIELD QUALITY CONTROL
A. Inspect erected formwork, shoring, and bracing to ensure that work is
in accordance with formwork design, and that supports, fastenings,
wedges, ties, and items are secure.
B. Do not reuse wood formwork more than 4 times for concrete surfaces to
be exposed to view. Do not patch formwork.
3.8 FORM REMOVAL
A. Do not remove forms or bracing until concrete has gained sufficient
strength to carry its own weight and imposed loads.
B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools
;against finish concrete surfaces scheduled for exposure to view.
C. Store removed forms in manner that surfaces to be in contact with
fresh concrete will not be damaged. Discard damaged forms.
3.9 SCHEDULES
A. Surfaces Not Exposed To View: As cast rough from finish.' Selected
forming materials are not required.
B. -Surfaces Walls Exposed To View: As cast smooth form finish. Form
facing material shall produce a smooth, hard, uniform texture.
END OF SECTION;
City of Lubbock, TDCJ Booster Pump Station
l
03200 - Page 1
SECTION 03200
CONCRETE REINFORCEMENT
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Reinforcing steel bars, wire fabric and accessories for cast -in -place
concrete.
1.2 RELATED SECTIONS
A. Section 03100 - Concrete Formwork.
B. Section 03300 - Cast -in -Place Concrete.
1.3 REFERENCES
A. ACI 301 - Structural Concrete for Buildings.
B. ACI 318 - Building Code Requirements For Reinforced Concrete.
C. ACI SP-66 - American Concrete Institute - Detailing Manual.
D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement.
E. ANSI/ASTM A184 - Fabricated Deformed Steel Bar Mats for Concrete
Reinforcement.
F. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement.
G. ANSI/ASTM A496 - Deformed Steel Wire Fabric for Concrete
Reinforcement.
H. ANSI/ASTM A497 - Welded Deformed Steel Wire Fabric for Concrete
Reinforcement.
I. ANSI/AWS D1.4 - Structural Welding Code for Reinforcing Steel.
J. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete
Reinforcement.
K. ASTM A616 - Rail Steel Deformed and Plain Bars for Concrete
Reinforcement.
L. ASTM A617 — Axle Steel Deformed and Plain Bars for Concrete
Reinforcement.
M. ASTM A704 - Welded Steel Plain Bar or Rod Mats for Concrete
Reinforcement.
N. ASTM A706 - Low -Alloy Steel Deformed Bars for Concrete Reinforcement.
r�
City of Lubbock, TDCJ Booster Pump Station
117
03200 - Page 2
0. ASTM A767 - Zinc -Coated (Galvanized) Bars for Concrete Reinforcement.
P. ASTM A775 - Epoxy -Coated Reinforcing Steel Bars.
Q. ASTM 03963 - Epoxy -Coated Reinforcing Steel.
R. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections
in Reinforced Concrete Construction.
S. CRSI - Concrete Reinforcing Steel Institute - Manual of Practice.
T. CRSI - Placing Reinforcing Bars.
U. ASTM A884 - Epoxy -Coated Steel Wire and Welded Wire Fabric for
Reinforcement.
1.4 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings: Indicate bar sizes, spacings, locations, and
quantities of reinforcing steel and wire fabric, bending and cutting
schedules, and supporting and spacing devices.,
C. Manufacturer's Certificate: Certify that products meet or exceed
specified requirements.'
1.5 QUALITY ASSURANCE
A. Perform Work in accordance with CRSI - Manual of Standard Practice,
ACI 301, ACI SP-66, ACI 318.
B. Maintain one copy of each document on site.
C. Submit certified copies of mill test report of reinforcement materials
analysis.
D. Provide Owner's Representative with access to fabrication plant to
facilitate inspection of reinforcement. Provide notification of
commencement and duration of shop fabrication in sufficient time to
allow inspection.
1.6 QUALIFICATIONS
A. Design reinforcement for building footings and foundations under
direct supervision of a Professional Structural Engineer experienced
in design of this work and licensed in the State of Texas.,
1.7 COORDINATION
A. Coordinate work under provisions of Section 01039.
B. Coordinate with placement of formwork,formed openings and other Work.
City of Lubbock, TDCJ Booster Pump Station
03200 - Page 3
PART 2
PRODUCTS
2.1
REINFORCEMENT
A.
Reinforcing Steel: ASTM A615, 60 ksi yield grade; billet steel bars.
B.
Reinforcing Steel Plain Bar and Rod Mats: ASTM A704, ASTM A615, Grade
60; steel bars or rods, unfinished.
C.
Welded Steel Wire Fabric: ASTM A185; in flat sheets; fabricated in
with ASTM A82.
accordance
2.2
ACCESSORY MATERIALS
A.
Tie Wire: Minimum 16 gage annealed type.
B.
Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for
strength and support of reinforcement during concrete placement
conditions.
2.3
FABRICATION
A.
Fabricate concrete reinforcing in accordance with CRSI Manual of
Practice.
B.
Do not weld reinforcing bars.
C.
Locate reinforcing splices not indicated on drawings, at point of
minimum stress. Review location of splices with Owner's
Representative.
t!
PART 3
EXECUTION
3.1
PLACEMENT
A.
Place, support and secure reinforcement against displacement. Do not
deviate from required position.
B.
Accommodate placement of formed openings.
C.
Set wire ties so ends do not touch forms and are directed into
concrete, bot toward exposed concrete surfaces.
D.
Lap splice lengths: ACI 318 Class B top bar tension splices.
E.
Extend reinforcement to within 2 inches of concrete perimeter edges.
P 9
a. If perimeter edge is earth formed, extend reinforcement to within 3
t
inches of the edge.
F.
Maintain concrete cover around reinforcing as follows:
a. Concrete deposited against earth: 3 inches.
C�
City of Lubbock, TDCJ Booster Pump Station
�I
j
03200 - Page 4
b. Formed surfaces exposed to weather or in contact with earth: 2
inches for bars #6 or larger; 1-1/2 inches for reinforcing bars less
than #6.
3.2 FIELD QUALITY CONTROL -
A. Concrete shall not be poured until the Owner'sRepresentative has
observed the final placing of the reinforcing steel, and has given
permission to place steel.
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
03300 - Page 1
1 SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Cast -in -place concrete.
B. Floors and slabs on grade, and concrete pads.
C. Control, expansion and contraction Joint devices associated with
concrete work, including Joint sealants.
1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION
A. Section 03100 - Concrete Formwork.
1.3 RELATED SECTIONS
A. Section 03100 - Concrete Formwork: Formwork and accessories.
B. Section 03200 - Concrete Reinforcement.
1.4 REFERENCES
A. ACI 301 - Structural Concrete for Buildings.
B. ACI 302 - Guide for Concrete Floor and Slab Construction.
C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and
Placing Concrete.
D. ACI 305R - Hot Weather Concreting.
E. ACI 306R - Cold Weather Concreting.
F. ACI 308 - Standard Practice for Curing Concrete.
G. ACI 318 - Building Code Requirements for Reinforced Concrete.
H. ANSI/ASTM D994 - Preformed Expansion Joint Filler for Concrete
(Bituminous Type).
I. ANSI/ASTM D1190 - Concrete Joint Sealer, Hot -Poured Elastic Type.
J. ANSI/ASTM D1751 - Preformed Expansion Joint Fillers for Concrete
Paving and Structural Construction (Non -extruding and Resilient
Bituminous Types).
K. ANSI/ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint
Fillers for Concrete Paving and Structural Construction.
7— City of Lubbock, TDCJ Booster Station
7
03300 - Page 2
L. ASTM B221 - Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire,
Shapes, and Tubes.
M. ASTM C33 - Concrete Aggregates.
N. ASTM C94 - Ready -Mixed Concrete.
0. ASTM C150 - Portland Cement.
P. ASTM C260 - Air Entraining Admixtures for Concrete.
Q. ASTM C330 - Light Weight Aggregates For Structural Concrete.
R. ASTM C494 - Chemicals Admixtures for Concrete.
S. ASTM C618 - Fly Ash and Raw or`Calcinated Natural Pozzolan for Use as
a Mineral Admixture in Portland Cement Concrete.
1.5 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Foundation and footing Design: Submit drawings and backup information
for Owner's Representative review and acceptance. Do not proceed with
construction until design has been accepted by Owner's Representative.
C. Product Data: Provide data on joint devices, attachment accessories
and admixtures.
D. Manufacturer's Installation Instructions: Indicate installation
procedures and interface required with adjacent Work.
1.7 PROJECT RECORD DOCUMENTS
A. Submit mix under provisions of Section 01700.
B. Accurately record actual locations of embedded utilities and
components which are concealed from view.
1.8 QUALITY ASSURANCE
A. Perform Work in accordance with ACI.301.
B. Maintain one copy of document on site.
C. Acquire 'cement and aggregate from same 'source for all work.
D. Conform to ACI 305R`wh'en concreting during hot weather.
E. Conform to ACI 306R when concreting during cold weather.
1.9 COORDINATION
A. Coordinate work under provisions of Section 01039.
City of Lubbock, TDCJ Booster Station
<I 03300 - Page 3
i
B.
Coordinate the placement of joint devices with erection of concrete
formwork and placement of form accessories.
PART 2
PRODUCTS
2.1
CONCRETE MATERIALS
A.
Cement: ASTM C150, Type I.
6
B.
Aggregates: ASTM C33, except as modified below.
1. Fine Aggregate: Clean natural sand. No manufactured or
artificial sand.
2. Coarse aggregate: Crushed rock, natural gravel, or other inert
�I
granular material.
a. Maximum amount of clay or shale particles: 1 percent.
b. Gradation: Size #57 or #67.
"
C.
Water: Potable clean free of oils acids and organic matter; not
detrimental to concrete.
2.2
ADMIXTURES
r
A.
Air Entrainment: ASTM C260.
B. Chemical: ASTM C494 Type A - Water Reducing; Type B - Retarding; Type
C - Accelerating; Type D - Water Reducing and Retarding; Type E -
Water Reducing and Accelerating.
C. Fly Ash: ASTM C618 Class F. Obtain from a source approved by the
Texas Department of Transportation for use in concrete for bridges.
D. Use Chloride free admixtures only. Do not use calcium chloride.
2.3 ACCESSORIES
A. Bonding Agent: Polymer resin emulsion, Polyvinyl Acetate or Latex
emulsion.
C. Non -Shrink Grout: Premixed compound consisting of non-metallic
aggregate, cement, water reducing and plasticizing agents; capable of
developing minimum compressive strength of 2,400 psi in 48 hours and
7,000 in 28 days.
D. Membrane curing compound: ASTM C309, Type I-D.
1. Resin based, dissipates upon exposure to UV light.
2. Curing compound shall not prevent bonding of any future coverings,
coating or finishes.
2.4 JOINT DEVICES AND FILLER MATERIALS
A. Joint Filler ASTM D1752; Premolded sponge rubber fully compressible
with recovery rate of minimum 95 percent.
City of Lubbock, TDCJ Booster Station
03300 - Page 4
2.5 CONCRETE MIX
A. All concrete to be ready mixed concrete in accordance with ACI 304.
Deliver concrete in accordance with ASTM C94.
B. Reinforced concrete shall have a minimum strength of 3,000 psi at 28
days, except for concrete for overexcavation which shall have a
minimum strength of 2,000 psi at 28 days.
C. Air Entrainment: Provide airentrainment in all concrete resulting in
a total air content percent by volume as follows:
TYPE TOTAL AIR CONTENT PERCENT —
or 3/4 inch
5
7
1
to
1/2
inch
6
to
8
Air content to be measured in accordance with ASTM C231, ASTM C173, or
ASTM C138.
D. Slump: 5 inches maximum, 1 inch minimum. Determine slump per ASTM
C143.
E. Select proportions for normal weight concrete in accordance with ACI
301 Method 1 or Method 2.
F. Provide concrete to the following criteria:
Unit Measurement
Minimum Cement Content 517 pounds per cubic yard
Water/Cement Ratio (maximum) 0.45 by weight (mass)
Aggregate Size (maximum) I inch
Fly Ash Content: Maximum 15 percent of cement content.
G. Use accelerating admixtures in cold weather only when approved by
Owner's Representative. Use'of admixtures will -not relax cold weather
placement requirements.
H. Use set retarding admixtures during hot weather only when approved by
Owner's Representative.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify site conditions under provisions of Section 01039.
B. Verify requirements for concrete cover over reinforcement.
C. Verify that anchors, seats, plates, reinforcement and other items to
be cast into concrete are accurately placed, positioned securely, and
will not cause hardship in placing concrete.
City of Lubbock, TDCJ Booster Station
03300 - Page 5
F3.2 PREPARATION
7
A. Prepare previously placed concrete by cleaning with steel brush and
applying bonding agent in accordance with manufacturer's instructions.
B. In locations where new concrete is dowelled to existing work, drill
holes in existing concrete, insert steel dowels and pack solid with
non -shrink grout.
3.3 PLACING CONCRETE
A. Place concrete in accordance with ACI 304 and 304.2R.
B. Hot Weather Concreting: place inaccordance with ACI 305R.
C. Cold Weather Concreting: place concrete in accordance with ACI 306R.
D. Notify Owner's Representative minimum 24 hours prior to commencement
of operations.
E. Ensure reinforcement, inserts, embedded parts, formed expansion and
contraction joints, are not disturbed during concrete placement.
F. Isolation, Construction, and Contraction Joints:
1. Submit floor slab construction and contraction joint plan for
approval by Owner's Representative.
2. Saw -cut contraction joints within the next 48 hours after concrete
placement.
3. Install isolation joints between bases of pumps and floor slabs.
4. Install joint devices in accordance with manufacturer's
instructions.
G. If slab is not poured monolithically, alternate concrete panel
placement to allow initial shrinkage of adjoining panels to occur
prior to placement of intermediate panel.
H. At ,least 48 hours shall elapse between placing of adjoining concrete
construction. Thoroughly clean and remove all laitance and loose and
foreign particles from isolation, construction and contraction joints.
Before new concrete is placed, coat all construction joints with an
approved bonding adhesive used and applied in accordance with
manufacturer's instructions.
I. Maintain records of concrete placement. Record date, location,
quantity, air temperature, and test samples taken.
J. Place concrete continuously between predetermined contraction and
construction joints. Do not interrupt successive placement; do not
permit cold joints to occur.
K. Screed slabs on grade level, maintaining surface flatness.
City of Lubbock, TDCJ Booster Station
03300 - Page 6
3.4 CONCRETE FINISHING
A. Provide formed concrete surfaces to be left exposed with smooth
finish.
B. Finish concrete floor surfaces in accordance with ACI 301.
C. Steel trowel surfaces which are scheduled to be exposed.
D. Do not use water as finishing aid. Use Confilm (Master Builders) or a —'
similar product.
3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying,
excessively hot or cold temperatures, and mechanical injury.
B. Maintain concrete with minimal moisture loss at relatively constant
temperature for period necessary for hydration of cement and hardening
of concrete.
C. Cure floor surfaces in accordance with ACI 308.
3.6 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed in accordance with ACI
301 and under provisions of Section 01400.
B. Provide free access to Work and cooperate with appointed firm.
C. Submit proposed mix design of each class of concrete to Owner's
Representative and testing firm for review prior to commencement of
Work.
D. Tests of cement and aggregates may be performed to ensure conformance
with specified requirements.
E. Three concrete test cylinders will be taken for every 40 cubic yards
or less of each class of concrete placed.
F. One additional test cylinder will be taken during cold weather
concreting, cured on job site under same conditions as concrete it
represents.
G. One slump test -will 'be taken for each set of test cylinders taken.
3.7 PATCHING
A. Allow Owner's Representative to inspect concrete surfaces immediately
upon removal of forms.
B. Excessive honeycomb or embedded debris in concrete is not acceptable.
Notify Owner's Representative upon discovery.
City of Lubbock, TDCJ Booster Station
!I
03300 - Page 1
C. Patch imperfections in accordance with ACI 301.
3.8 DEFECTIVE CONCRETE
A. Defective Concrete: Concrete not conforming to required lines,
details, dimensions, tolerances or specified requirements.
B. Repair or replacement of defective concrete will be determined by the
Owner's Representative.
C. Do not patch, fill, touch-up, repair, or replace exposed concrete
except upon express direction of Owner's Representative for each
individual area.
END OF SECTION
City of Lubbock, TDCJ Booster Station
08112 - Page 1
SECTION 08112
DOORS AND LOUVERS
PART 1 GENERAL
1.1 SECTION INCLUDES_.
A. Metal doors.
B. Louvers
C. Metal Frames.
D. Finish Hardware
1.2 RELATED SECTIONS _
A. Section 01400 - Quality Control.
B. Section 13122 - Pre -Engineered metal Building
1.3 REFERENCES A. American Architectural Manufacturer's Association (AMMA) -
Specifications 605.2, 904.1, 1502.7 and 1503.1.
B. American Society of Civil Engineers (ASCE) 7-88 - Minimum Design Loads
for Buildings and Other Structures.
C. ANSI A115 - Door and Frame Preparation.
D. ANSI A224.1 - Test Procedures and Acceptance Criteria for Prime
Painted Steel Surfaces on Iron and Steel Hardware. .
E. ASTM A153 - Standard Specification for Zinc Coating (Hot Dip) on Iron
and Steel Hardware:
F. ASTM A366 - Standard Specification for Steel, Sheet, Carbon, Cold -
Rolled Commercial Quality. G. ASTM C525 - Standard Specification for General Requirements for Steel
Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. _
H. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated areas
of Hot -Dip Galvanized Coatings.
I. ASTM E283, E330, E331, E331 and E405 - Miscellaneous testing methods
for air and water penetration, and wear resistance.
J. American Welding Society (AWS) D1.2 - Structural Welding Code
Aluminum.
City of Lubbock,'TDCJ Booster Pump Station
F08112 - Page 2
K.National Fire Protection Association (NFPA) 80 - Standard for Fire
Doors and Windows.
L. Steel Door Institute (SDI) - All SDI publications.
M. Underwriter Laboratories, Inc. (UL) - Building Materials Directory.
1.4 QUALITY ASSURANCE
A. Qualifications:
1. Steel doors and frames: Manufacturer must be current member of
SDI.
2. Louvers: Company specializing in manufacturing the Products
specified in this section with minimum three years experience.
B. Wipe coat galvanized steel is not acceptable as substitute for
galvanizing finish specified.
1.5 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Manufacturer's Certificate: Certify that products meet or exceed
specified requirements. Submit SDI certification for metal doors and
frames.
C. Submit manufacturer's installation instructions under provisions of
Section 01300.
D. Schedule of doors, frames, and louvers indicating elevations, frame
sections, anchorages, door and frame dimensions, metal gages, glazing
and accessories.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect, and handle products so that damage to
products is prevented.
B. Maintain packaged materials clean, dry, and protected against
dampness, freezing, and foreign matter. If wood doors are not stored
in job site more than a week, all four edges of doors shall be sealed.
PART 2 PRODUCTS ,
2.1 MATERIALS
TA. Metal Doors and Frames:
1. Sheet Steel: Cold rolled, commercial quality.
� 2. Supports, Reinforcing and Anchors: Steel.
.I 3. Inserts, Bolts and Fasteners: Manufacturer's standard units.
4. Primer: Manufacturer's standard.
7 5. Galvanizing Repair: ASTM A780.
City of Lubbock, TDCJ Booster Pump Station
71,
08112 - Page 3
6. Insulation: Inorganic insulation board of mineral wool, fibrous
glass, perlite, urethane, or polystyrene.
B. Louvers: Steel, galvanized according to manufacturer's standards.
C. Frame Anchors:
1. Metal stud anchors: 16 GA steel, Z design shop welded to frame.
2. Floor anchors: 12 GA, steel galvanized per ASTM A153, G60 coating.
D. Finish Hardware:
1. Hollow Metal Doors: Cylindrical, key in knob.
2. Door Closers:
a) ANSI A1561
4, Grade 1.
b) Provide at exterior hollow metal doors. Size door closers to
comply with ANSI recommendations for door size and location.
c) Fabricate all closers with integral back check and cold weather
fluid.
2.2 FABRICATION
A. Fabricate rigid, neat in appearance and free from defects. Fabricate
doorsand frames to tolerance requirements of SDI-117. Fit doors to
SDI and NFPA 80 clearances.
B. Hollow Metal Doors:
1. 1-3/4 inch thick. 16 GA minimum face sheets. Fabricate with flush
top closures. Fill in grind and joints.
2. SDI Grade III, Model 3 or 4, seamless, insulated. Galvanized per
ASTM 525, G60.
C. Hollow Metal Frames:
1. Galvanized steel per ASTM A525, G60: 16 GA for frames up to 4 feet
wide; 14 GA for frames over 4 feet wide. _
2. 26 GA steel boxes welded to frame at back of all hardware cutouts.
3. 7 GA steel plate reinforcement welded to frame for hinge
reinforcing. �-
4. 12 GA steel plate reinforcing welded to frame for strikes, closers
and surface mounted hardware.
5. Split type frames not acceptable. _
6. Conceal all fasteners. Weld and grind smooth joints.
7. Fire Rated: UL labeled; Comply with NFPA 80.
8. Finish shall meet requirements of ANSI A224.1.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install metal frames and doors in accordance with SDI and
manufacturer's instructions. Place frames prior to construction of
City of Lubbock, TDCJ Booster Pump Station
08112 - Page 4
enclosing walls and ceilings.. Plumb, align and brace securely until
permanently anchored.
B. Locate anchors near the top and bottom of each frame and at
intermediate points not to exceed 32 inches spacing.
C. Locate hardware items in accordance with DHI "Recommended Locations
for Builder's Hardware for Standard Steel Doors and Frames".
D. Leave smooth for finish painting.
E. Louvers: Plumb, align and brace securely until permanently anchored.
3.2 FIELD QUALITY CONTROL
A. Allow for inspection by Owner's Representative prior to finish
painting.
B. Bent, dented, or damaged doors or frames will not be accepted.
C. Installation of doors and louvers shall be inspected by manufacturer's
authorized representative.
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
11075 - Page l
SECTION 11075
VERTICAL TURBINE PUMPS
—
PART 1
GENERAL
1.1
'SECTION INCLUDES
A.
Vertical Turbine Can Pumps
_
B.
Electric Motors for Vertical Turbine Pumps.
1.2
RELATED SECTIONS
—
A.
Section 02222 - Excavation.
B.
Section 01300 - Submittals.
C.
Section 01700 - Contract Closeout.
D.
Section 02667 - Site Water Lines.
E.
Section 16010 - Electrical: General Requirements.
F.
Section 16480 - Pressure Sensing Controls.
1.3
REFERENCES
—
A.
American Iron and Steel Institute (AISI) - Steel Products Manual.
B.
American National Standard Institute (ANSI).
C.
American Society for Testing and Materials (ASTM):
—
1. A48, Standard Specification for Gray Iron Castings.
2. A53, Standard Specification for Pipe, Steel, Black and Hot
Dipped,
Zinc -Coated Welded and Seamless.
_
3. A108, Steel Bars, Carbon, Cold Finished, Standard Quality.
4. A216, Steel Castings, Carbon, Suitable for Fusion Welding,
or High
Temperature Service.
-
5. A276, Standard Specifications for Stainless Steel and Heat
Resisting Steel Bars and Shapes.
6. A278, Gray Iron Casting for Pressure -Containing Parts for
—
Temperatures up to 650 Degrees F.
7. A395, Ferritic Ductile Iron Pressure -Retaining Casting for
Use at
Elevated Temperatures.
S. A536, Ductile Iron Castings.
—
9. A582, Standard Specifications for Free -Machining Stainless
and
Heat -Resisting Steel Bars, Hot Rolled or Cold -Finished.
D.
Hydraulic Institute Standards for Vertical Turbine Pumps.
E.
ANSI/IEEE C2 - National Electrical Safety Code.
_
City of Lubbock, TDCJ Booster Pump Station
r
11075 - Page 2
7
7
F. ANSI/NEMA FB I - Fittings, Cast Metal Boxes, and Conduit Bodies for
Conduit and Cable Assemblies.
G. ANSI/NFPA 70 - National Electrical Code.
H. ETL Testing Laboratories, Inc (ETL).
I. Factory Mutual Systems (FM) requirements.`
J. Insulated Cable Engineers Association (ICEA)
K. National Electrical Manufacturer's Association (NEMA).
L. National Electrical Code (NEC), 1990 Edition
M. Applicable NFPA codes.
N. Occupational Safety and Health Act (OSHA)
0. Underwriters Laboratories, Inc. (UL).
P. In case of -conflict or disagreement between codes, standards, laws,
ordinances, rules, regulations, drawings and specifications, or within
either document itself, the more stringent condition shall govern.
1.4 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings: indicate complete dimensions of equipment, anchorage
requirements, mechanical and electrical requirements, and details of
construction.
C. Product Technical Data: include the following, as a minimum:
1. Acknowledgement that products submitted meet requirements of
standards referenced.
2. Manufacturer's installation instructions.
3. Pump accessories data.
4. Pump bearing supports, brackets, shafting details and lubrication
provisions.
5. Pump motors: complete assembly and installation drawings,
together with detailed specifications and data covering materials
used, parts, devices, and other accessories forming a part of the
equipment furnished.
D. Certifications: include the following, as a minimum.
1. Certified pump performance curves.
2. Statement relative to installation startup as required in
paragraph 3.2 (A.4) of this section.
City of Lubbock, TDCJ Booster Pump Station
11075 - Page 3
E.` Test Reports:
1. Submit certified copies of factory test reports at least 10 days -
before shipping equipment.
2. Reports shall include:
a. Test log. _
b. Description of test piping, equipment, and setup.
c. Test procedure.
F. Certified performance Curves:`
1. Curves plotted against capacity:
a. Head.
b. Bhp.
c. Efficiency.
d. Actual Speed.
e. Net positive suction head available.
2. Plot curve to be easily read at scales consistent with the
performance requirements .
G. When pumps are fabricated notify Owner with serial number and Owner
will select pump to have a certified performance test.
H. Manufacturer's Instructions: Include instructions for storage,
handling, protection, examination, preparation, and installation. _
,I. Ensure that submittals for motors clearly indicate the equipment is UL
or ETL listed or is constructed utilizing UL or ETL listed or UL --
recognized components. Where a UL standard has not been established
clearly identify that no UL standard exists for that equipment.
1.5 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01700.
B. Submit Operations and Maintenance Manuals under provisions of Section
1700.
1.6 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing Products
specified in this Section with minimum three years experience.
PART 2 PRODUCTS
2.1 GENERAL
A. Furnish and install three (3) Vertical In -line Turbine Can Pumps at �.
the locations and elevationsindicated on the drawings.
B. Design and fabricate pumps in accordance with all applicable Hydraulic
Institute Standards for Vertical Turbine Pumps.
City of Lubbock, TDCJ Booster Pump Station
r*
11075 - Page 4
r�
C. OPERATION
1. Pumps will pump potable water into a 150,000 gallon elevated
{
{
storage tank, currently under construction under a separate
contract.
�^
2. Two of the pumps will work alternatively, while the third pump
(
will be for standby use.
3. Each pump shall be design to deliver the flow rates against the
*,
discharge heads specified in Paragraph 2.2 (B), below.
'
2.2 PERFORMANCE AND DESIGN REQUIREMENTS
A. Pumps shall be Floway "VC" can pumps, Model 1ODKL, 2. stage, 1770 RPM,
`
or equivalent subject to acceptance by Owner's Representative.
B. Design each vertical turbine can pump to perform under the following
operating conditions when working at a maximum speed, unless otherwise
noted:
r
1. Number of units: 3
2. Fluid to be pumped: Potable water.
3. Suction Pressure (Downstream of PRV), Psi: 45 (104 ft)
4. High water level in tank (pump stop), feet: 165
5. Friction and minor losses between pumps and tank, ft: 1
6. High water level head (boost), ft: (165 + 1 - 104) = 62
7. Required capacity at specified head of 62 ft., gpm: 500.
8. Low water level in tank (pump start), feet: 157
9. Low water level head (boost), ft: (157 + 1 - 104) = 54
10. Required capacity at specified head of 54 ft., gpm: 600
11. Minimum net positive suction head
available at suction flange, feet: 15.
12. Maximum speed 1770 RPM.
13. Maximum motor HP: 25.
C. High and Low head capacities indicated above do not include pump
discharge head, column friction losses, and suction barrel losses
which must be allowed for by the pump manufacturer.
r
R
j D. For design and rating purposes pump performance shall be based on cold
water with a specific gravity of 1.0.
PW
E.
"" City of Lubbock, TDCJ Booster Pump Station
11075 - Page 5
E. Performance of each pump shall be stable and free from damaging
cavitation, vibration, and noise in the operating head range.
F. Performance of each pump shall be based on a radial running clearance
between the bowl wearing ring and impeller of not less than 6 mils or
0.5 mils per inch of wearing ring diameter, whichever is greater.
G.. Each pumping unit shall be designed so that maximum reverse rotation
due to reverse flow at rated head will not cause damage ;to any
component.
2.3
A.
MATERIALS - PUMP COMPONENTS
Discharge Head:
1. Discharge head shall be fabricated of carbon steel materials using
ASTM A181 flanges, ASTM A53 Grade'B body pipe and ASTM A36 steel
plate with a base flange and a discharge flanges in line with each
other and located 90 degrees apart. Discharge flange shall
accommodate an 8-inch ductile iron flanged pipe connection.
2. Discharge flange nozzle welds shall be full penetration welds, as
shall all welds at pressure containment areas of the discharge
head. All weldments shall be stress relieved.
3. Flanges shall be 150# ANSI raised face flanges with bolt holes
straddling discharge centerline. Flange pressure ratings must be
specified for higher operating pressures.
4. A 1/4" NPT pressure gage connection shall be supplied on suction
and discharge pipes.
5. A 3/4" NPT barrel vent shall be located on the outer casing on the
discharge head.
6. Discharge head shall be supplied with adequate integral motor
stand height to accept seal arrangement required and adjustable
flanged or spacer coupling. The top of the head shall be machined
to accept a standard NEMA P base, vertical solid shaft driver.
Suction Barrel:
1. Each pump barrel shall be designed to support, through an integral
rigid subbase, the entire pump assembly unit. Barrel shall be
AWWA C200.
2. Each barrel shall have an opening large enough to permit
withdrawal of the entire pump assembly. Provide all required
baffling.
3. Barrel shall be equipped with a square base plate which shall be
machined and tapped to match the discharge head base flange
supplied. The base shall be drilled to allow the barrel to be
secured in place with anchor bolts.
4. Provide aside suction barrel flange to accommodate an 8-inch
ductile iron flanged pipe connection. Flanges shall meet all
ANSI/ASTM and AWWA'requirements.
5. Suction barrel shall be fabricated steel of the same material as
the discharge head. Barrel shall be capable of containing at
least a pressure of 125 pounds per square inch (psi), or 1/4"
thick whichever is greater.
City of Lubbock, TOW Booster Pump Station
Wt
11075 - Page 6
6. Interior and exterior coatings coating shall be approved for use
in drinking water applications. Exterior coating shall be
suitable for Portland cement concrete encasement and,direct burial
applications.
7. Supply bottom end with a welded cap for drinking water service..
8. An "0" ring or gasket seal shall be furnished between the barrel
flange and discharge head base flange.
C.Mechanical Seal:
1. Each unit shall have a housing which bolts to the head with an
"0 -ring seal. The housing shall have a lower bronze throttle
bushing. The housing seal chamber shall accommodate a single
sleeved balanced mechanical seal suitable for the maximum pressure
developed by the pump.
2. Seal materials shall be approved fro use in drinking water
applications.
3. A balanced seal shall be mounted on a shaft sleeve.
4. The shaft supplied shall be a one-piece bowl, line, and headshaft
where practical of 416 SS material.
D. Column and Shaft Assembly
1. Supply each pump with a column assembly, if required, to lengthen
the pump in the suction barrel to meet the pump NPSH requirement.
When possible, a low NPSH first stage suction bell and impeller
shall be supplied to minimize barrel and column length required.
2. Column assembly shall be supplied with ASTM A53 Grade B steel
pipe, or ASTM A120 pipe threaded or flanged with fabricated steel
or removable ductile iron A536 GR 60-40-18 bearing retainer
equipped with suitable lineshaft bearings for this application.
3. Column bearing spacing shall be such that shaft first critical
frequency shall be safely above or below the resonant frequency.
4. Shaft material: Stainless steel ASTM A582 Grade 416, turned,
ground and polished.
5. Size shaft to transmit full driver output, and with a high safety
factor to easily withstand the torsional loads and other stresses
which it maybe subjected. Size of shaft shall not be less than
that determined -by ANSI/AWWA Specifications E101, Section A4.3,
paragraph 4.3.3.
6. Shaft shall be supported by bronze bearings of ASTM B505 alloy
C84400 above and below each impeller. The suction case bearing
shall be grease lubricated of the same material as the bowl
bearing and be protected by a bronze sand collar of ASTM B584
alloy C83800.
7. Fabricate shaft for maximum deflection of 0.002 inches measured at
the stuffing box.
8. If column assembly is supplied, the discharge case shall be
threaded on the outside and fitted with a cast iron ASTM A48 class
30 column adaptor of the proper size to connect to the column
selected.
E. Pump Bowl Assembly:
1. Impeller Type: Enclosed type, bronze ASTM B584 alloy 83800.
City of Lubbock, TDCJ Booster Pump Station
11075 - Page 7
2. Impellers shall be accurately balanced, machined and fitted, and
securely locked on the pump shaft. Impellers shall be free of
blow holes and other detrimental defects.
3. Impellers shall be held tightly to the shaft so that the impeller
will not become loose should accidental rotation in reverse
direction occur.
4. Size impellers to allow for a 5% increase in head.
5. Water passages on bowl sizes 4" through 20" shall be lined with
porcelain enamel, and larger sizes shall be heresite or fusion
epoxy ,lined to reduce friction loses..
6. Impellers shall be adjusted vertically by external means.
7. Pump bowls shall be cast iron ASTM A48 Class 30
2.4 FACTORY PAINT FINISHES
A. Standard factory -applied paint coating system(s) of the listed
approved manufacturer are acceptable.
B. With each pump, furnish at least one quart of the finish coat material
for field touch up.
2.5 ELECTRIC MOTORS
A. Motors: motors shall be for operation on 110 or 230 Volts, 60 Hz, 3
phase current. Motors shall have Class B insulation and shall be
designed for continuous operation at full nameplate rating at 40
degrees C ambient temperature. The motors shall have a service factor
of 1.15. All motors shall be energy efficient and shall have a
minimum efficiency of 93.5% per IEEE 112-E Test Standard, Method B, as
set forth by NEMA MG 1-12.53A.
B. HP Ratings: minimum horsepower of the motors shall be such that the
nameplate rating is not to exceeded at any point on the characteristic
curve for the pumps furnished. Maximum horsepower rating: 25 HP.
Maximum speed: 1770 RPM.
C. Frames: motors shall have cast iron frames and end shields. Motors
shall be of domestic construction and shall comply with all minimum
standards of NEMA.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install equipment as shown on Drawings and in accordance with
manufacturer's direction.
B. Construct subbases level in both directions. Particular care shall be
taken at hold-down bolt locations.so these areas are flat and level.
C. Align vertically and horizontally level, wedge and plumb units to
match piping interfaces.
D. Assure no unnecessary stresses,are transmitted to equipment flanges.
City of Lubbock, TDCJ Booster Pump Station
r
11075 - Page 8
r
E. Permit piping connecting to equipment to freely move in directions
parallel to longitudinal centerline when and while bolts in connection
flange are tightened.
F. Grout equipment into place prior to final bolting of piping but not
before initial fitting and alignment.
G. Provide pressure gauge on discharge of each pump.
3.2 FIELD CONTROL
A. Provide services of equipment manufacturer's field service
representative(s) to:
1. Inspect equipment covered by these specifications.
2. Supervise pre -start adjustments and installation checks.
3. Conduct initial startup of equipment and perform operational
checks.
4. Provide written statement that manufacturer's equipment has been
installed properly, started up and is ready for operation by
Owner's personnel.
5. Instruct Owner's personnel on operation and maintenance of each of
pumping equipment.
3.3 FACTORY TESTS
A. Perform factory tests for capacity, power requirements, and efficiency
at minimum head, rated head, shutoff head or point of discontinuity,
and as many other points as necessary for accurate performance curve
plotting.
B. Test shall be performed and reported in conformity with the
requirements and standards of the Hydraulic Institute Standards.
C. Submit test reports in accordance with paragraph 1.4 (A) of this
section.
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
13122 - Page 1
SECTION 13122
PRE-ENGINEERED METAL BUILDING'
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Pre-engineered Metal Building.
B. Roof and Wall Insulation
C. Translucent Fiberglass Panels _
1.2 RELATED SECTIONS
A. Section 01400 Quality Control.
B. Section 08112 - Doors and Windows.
C. Section 03300 - Cast -In -Place Concrete
1.3 REFERENCES
A. American Institute of Steel Construction (AISC) - Specifications for
the Design, Fabrication and Erection of Structural Steel for
Buildings.
B. American Iron and Steel Institute (AISI) - Specifications for the
Design of Cold Formed Steel Structural Members.
C. ANSI A14.3 - Ladders, Fixed, Safety Requirements.
D. ASTM A36 - Structural Steel.
E. ASTM A53 - Hot -Dipped, Zinc -coated Welded and Seamless Steel Pipe.
F. ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel
Products. _
G. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware.
H. ASTM A283 - Carbon Steel Plates, Shapes, and Bars.
I. ASTM A307 - Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength.
J. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural
Tubing in Round and Shapes.
K. ASTM A501 - Hot -Formed Welded and Seamless Carbon Steel Structural
Tubing.
L. AWS A2.0 - Standard Welding Symbols.
City of Lubbock, TDCJ Booster Pump Station
r
13122 - Page 2
M. AWS D1.1 - Structural Welding Code.
N. Metal Building Manufacturer's Association (MBMA) - Recommended Design
Practices Manual
0. SSPC (Steel Structures Painting Council) - Steel Structures Painting
Manual.
P. Standard Building Code and all applicable state and local building
codes.
Q. Steel Joist Institute - Standard Specifications, Load Tables, and
Weight Tables for Steel Joist and Joist Girders.
1.4 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Pre -Engineered Building:
1. Submit manufacturer's product information, specifications and
installation instructions for building components and accessories.
2. Shop Drawings: Submit complete erection drawings showing anchor
bolts, settings, sidewall endwall, and roof framing, transverse
cross sections, covering and trim details, and accessory
installation details to clearly indicated the proper assembly of
building components.
3. Certification: Submit Written Certification prepared and signed by
a Professional Engineer, registered to practice in the State of
Texas, verifying that the building design meets indicated loading
requirements and codes of authorities having jurisdiction.
C. Indicate welded connections using standard AWS A2.0 welding symbols.
Indicate net weld lengths.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver and store prefabricated components, sheets, panels, and other
manufactured items so they will not be damaged or deformed.
B. Stack materials on platforms or pallets, covered with tarpaulins or
other suitable weathertight ventilated covering.
C. Store metal panels so that water accumulations will drain freely. Do
r" not store panels in contact with other materials which might cause
staining.
r 1.6 QUALIFICATIONS
i
r City of Lubbock, TDCJ Booster Pump Station
13122 - Page 3
A. Provide Pre -Engineered Metal Building produced by a manufacturer who.
is regularly engaged in the fabrication and erection of pre-engineered
metal buildings, and structures of the type and quality indicated. --
1.7 QUALITY ASSURANCE
A. � Structural steel members: comply with RISC "Specifications for the
Design, Fabrication and Erection of Structural Steel for Buildings."
B. Design primary and secondary members and covering for applicable loads
and combination of loads in accordance with MBMA "Recommended Design
Practices Manual".
C. Light gage steel members: comply with AISI "Specifications for the ^
Design of Cold Formed Steel Structural Members".
D. Welded Connections: comply with AWS "Structural Welding Code".
1.8 DESIGN REQUIREMENTS - PRE-ENGINEERED BUILDING
A. Minimum design requirements shall be as follows:
Roof live load, lbs per sq ft 25'
Snow load, lbs per sp ft 25
Wind load, miles per hour 100 `
Collateral loads, lbs per sq ft 3
B. Design each member to withstand the stresses resulting from
combinations of loads that produce the maximum allowable percentage of
actual to allowable stress in that member, as.prescribed in MBMA's
"Recommended Design Practices Manual
C. Unless otherwise noted, all materials, fabrication, erection, and end
anchorage of open web steel joists shall 'conform to applicable
provisions of the Steel Joist Institute.
D. Design sizes of prefabricated components and necessary field
connections required for erection to permit easy assembly and
disassembly. Fabricate components in such a manner that once
assembled they may be disassembled, repackaged and reassembled with a
minimum amount of labor and maximum salvageability.
E. Design building to resist loads and vibrations from mechanical and
electrical equipment furnished under mechanical and electrical work.
PART 2 PRODUCTS
2.1 STEEL
A. Hot -Rolled Structural Shapes: ASTM A36 or A 529.
City of Lubbock, TDCJ Booster Pump Station
13122 - Page 4
r
B.
Steel Tubing: ASTM A500, Grade B or ASTM A501.
C.
Members Fabricated from Plate or Bar Stock:
42,000 psi minimum yield
strength; ASTM A529, A570, or A572.
1
D.
Steel Pipe: ASTM A53, Grade B, Schedule 40.
E.
Members Fabricated by Cold Forming: ASTM A607,
Grade 50.
F.
Galvanized Steel Sheet: ASTM A446 with G90
building manufacturer's standards.
coating; Class to suit
G.
Bolts, Nuts, and Washers: ASTM A325 or A307
as necessary for design
r'
loads and connection details. Shop painted
bolts, except provide
zinc -or -cadmium plated units when in direct
contact with panels.
H.
Welding Materials: AWS D1.1; type required
for materials being
welded.
I. STRUCTURAL FRAMING COMPONENTS:
1. Rigid Frames: Hot -rolled structural steel, minimum 14 GA. Factory
welded and shop painted built-up "I" shape or open web rigid frame
consisting of tapered or parallel flange beams and tapered columns.
Furnish complete with attachment plates, bearing plates and splice
members. Factory drill frames for bolted field assembly. Length
of span and spacing for frames as indicated except slight
variations acceptable to meet manufacturer's standard.
2. Wind Bracing: Adjustable, threaded steel rods, 1/2" diameter
minimum; ASTM A 36 or A 572 Grade D.
3. Secondary Framing: Purlins, eave struts, end wall beams, flange
and sag bracing; minimum 16 GA. rolled formed sections. Shop
painted.
4. Base channel, sill angle, end wall structuralmembers (except
columns and beams), purlin spacers; minimum 14 GA cold formed
steel, galvanized, or as shown on shop drawings.
f 2.2 ROOFING AND SIDING
A. General: Provide roofing and siding sheets formed to the general
profile or configuration as indicated. Provide flashing,,closer,
fillers, metal expansion joints, ridge covers, fascias, and other
sheet metal accessories, factory formed of material and finish
compatible with roofing and siding materials.
B. Steel Sheets: Prepainted Galvalume Sheet, or equivalent. Product
substitution to be approved by Owner's Representative. Provide a 20-
year warranty for the Galvalume Sheet or the equivalent product.
C. Colors:
t" City of Lubbock, TDCJ Booster Pump Station
13122 - Page 5
1. Roof: White.
2. Walls: Owner's Representative will select from color chart to be -
provided by Contractor.
D. Metal thickness not less than 26 GA. (0.0179").
E. Sheet Panel Fasteners: Manufacturer's standard system of self tapping
screws, bolts,.and nuts, self-locking rivets,, self-locking bolts, end -
welded studs, and other suitable fasteners designed to withstand
design loads.
F. Provide metal -backed neoprene washers under heads of fasteners bearing on weather side of panels.
G. Use aluminum or stainless steel fasteners for exterior application and
galvanized or cadmium plated fasteners for interior applications.
H. Provide fasteners with heads matching color of roofing sheets by means
of plastic caps or factory -applied coating.
I. Flexible Closure Strips: Closed -cell, expanded cellular rubber, self -
extinguishing, cut or premolded to match corrugation configuration of —
roofing sheets. ,Provide whereindicated and necessary to ensure
weathertight construction.
J. Sealing Tape: 100% solids, pressure sensitive grey polyisobutylene
compound tape with release paper backing. Not less that 1/2" wide and
1/8" thick, nonsag, nontoxic, nonstaining and permanently elastic.
K. Joint Tape: One -part elastomeric polyurethane, polysulfide or silicon
rubbersealant as recommended by the building manufacturer.
2.3 ROOF AND WALL INSULATION
A. Fiberglass blanket with 3.2 mil vinyl facing, 3 inches thick, R=10. r
B. Density: not less than 0.5 pounds per cubic foot.
C. Provide 2" wide continuous vapor tight edge tabs.
2.4 FABRICATION
A. Fit and shop assemble items in largest practical sections, for
delivery to site.
B. Fabricate items with joints tightly fitted and secured.
C. Continuously 'seal `joined members .by continuous welds.
D. Grind exposed joints flush and smooth with adjacent finish surface.
Make exposed joints butt tight, flush, and hairline. Ease exposed
edges to small uniform radius. _
r-
City of Lubbock, TDCJ Booster Pump, Station
13122 - Page 6
r
E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts;
unobtrusively located; consistent with design of component, except
where specifically noted otherwise.
F. Supply components required for anchorage of fabrications. Fabricate
anchors and related components of same material and finish as
fabrication, except where specifically noted otherwise.
G. Shop fabricate to the indicated size and section complete with base
plates, bearing plates, and other plated required for erection, welded
in place, and with all required holes for anchoring or connections
shop drilled or punched to template dimensions. Provide connections
as follows:
1. Shop Connections power riveted, bolted or welded
2. Field Connections bolted.
H. Shop Painting:
1. Clean surfaces to be primed of loose mill scale, rust, dirt, oil,
grease, and other matter precluding paint bond. Prepare surfaces
in strict accordance with the procedures specified by the Steel
Structures Painting Council for the type of coating being used, and
for the conditions of the material being coated.
2. Prime structural steel primary and secondary framing members with
the manufacturer's standard rust inhibitive primer having over 50%
rust inhibitive pigment such as zinc chromate iron -oxide alkyd..
3. Prime galvanized members, after phosphoric acid pre-treatment, with
zinc dust -zinc oxide primer.
2.5 MAINTENANCE STOCK
A. Pre-engineered building: furnish at least 5% excess over the required
amounts of nuts, bolts, screws, washers, and other required fasteners
for each building. Pack in cartons and store on site where directed.
low 2.6 TRANSLUCENT FIBERGLASS PANELS:
A. Type I, Standard - insulated.
r B. Glass -Fiber Reinforced Glazing Panels: Provide units complying with
PS-53, crinkle finish both sides, matching configuration of metal
r panels, not less than 8 oz. per sq. ft.
C. Mastic: For sealing laps in plastic panels; non -staining saturated
vinyl polymer as recommended by plastic glazing manufacturer.
r
D. Color: White, unless otherwise indicated.
i
i
f" City of Lubbock, TDCJ Booster Pump Station
13122 - Page 7
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that field conditions are acceptable and are ready to receive
work.
B. The erector of the pre-engineered metal building must examine the
foundations and the conditions under which work is to be performed and
notify the Contractor in writing of unsatisfactory conditions. Do not
proceed with the work until unsatisfactory conditions have been,
corrected in a manner acceptable to the erector.
3.2 INSTALLATION
A. Install items plumb and level, accurately fitted, free from distortion
or defects.
B. Provide for erection loads, and for sufficient temporary bracing to
maintain true alignment until completion of erection and installation
.of permanent attachments.
C. Field weld components indicated on shop drawings.
D. Perform field welding in accordance with AWS D1.1.
E. Obtain approval prior to site cutting or making adjustments;n.ot
scheduled.
F. Locate and space fastenings for true vertical,and horizontal
alignment. Use proper type fastening tools to obtain controlled
uniform compression for positive seal without rupture of neoprene
washer.
3.3 ERECTION:
A. Framing: Erect structural framing true to line, level and plumb,
rigid and secure. Level base plates to a true even plane with full
bearing to supporting structures, set with double -nutted anchor bolts.
Use a non -shrinking grout to obtain uniform bearing -and to maintain a
level base line elevation. Moist cure grout for not less than 7 days
after placement.
B. Purlins and Girts: Provide rake or gable purlins with tight fitting
closure channels and fascias. Locate and space wall girts as shown on
shop drawings. Secure purlins and girts to structural framing and
hold rigidly to a straight line by sag rods.
C. Bracing: Provide diagonal rod or angle bracing in roof as indicated
on shop drawings.
D. Framed Openings: Securely attach to building structural frame
mechanical and electrical equipment furnished under mechanical or
electrical work.
City of Lubbock, TDCJ Booster Pump Station
7
13122 - Page 8
3.4 ROOF AND SIDING:
A. General: Arrange and nest sidelap joints so that prevailing winds
blow over not into, lapped joints. Lap ribbed or fluted sheets one
full rib corrugation. Apply panels and associated items for neat and
weathertight enclosure. Avoid "panel creep" or application not true
to line. Protect factory finishes from damage.
B. Provide weather seal under ridge cap; flash and seal roof panels at
eave and rake with rubber, neoprene, or other closures to exclude
weather.
C. Roof Sheets:
1. Provide sealant tape at lapped joints of ribbed or fluted roof
sheets, and between roof sheeting and producing equipment, vents,
and accessories.
2. Apply sealant tape continuous to clean, dry surface of weather side
of fastenings on end laps and on sidelaps of corrugated or nesting
I type, ribbed or fluted panels and elsewhere to make weatherproof to
driving rain.
C. Wall Sheets:
1. Apply elastomeric sealant continuous between metal base channel
sill angles and concrete and elsewhere as necessary for
waterproofing. Handle and apply sealant and back-up in accordance
with sealant manufacturer's recommendations.
2. Align bottoms of wall panels with blind rivets, bolts, or self -
tapping screws. Fasten flashings, trim around openings, etc. with
�. self -tapping screws, fasten window and door frames with machine
screws or bolts. When building height requires two rows of panels
at gable ends, align lap of gable panels over wall panels at eave
height.
i
3. Install screw fasteners with power tool having controlled torque
adjusted to compress neoprene washer tightly without damage to
r washer, screw threads, or panels. Install screws in predrilled
holes.
,.. 3.5 SHEET METAL ACCESSORIES
A. Install sheet metal accessories in accordance with manufacturer's
recommendations for positive anchorage to building and weatertight
mounting. Adjust operating mechanism for precise operation.
3.6 TRANSLUCENT FIBERGLASS PANELS:
f A. Attach plastic panels to structural framing in accordance with
manufacturer's instructions.
City of Lubbock, TDCJ Booster Pump Station
13122 - Page 9
B. Provide end laps of not less than 4" and side laps of not less than 1-
1/2" corrugations for translucent siding panels.`
C. Align horizontal laps with adjacent siding panels.
D. Seal intermediate end laps and side,laps of translucent panels with
transparent mastic.
E. Clean panels in accordance with manufacturer's instructions.....
3.7 FIELD PAINTING:
A. Apply finish coating to factory -primed items. Finish colors as
indicated, or if not indicated, as selected by Owner's Representative
from manufacturer's standards.
B. Cleaning and Touch-up: Prior to application of finish coats, clean
component surfaces of matter which could preclude paint bond.
C. Touch-up abrasions, marks, skips or other defects to shop -primed
surfaces with same type material as shop primer.
D. Protection: Protect work of other trades. Correct any painting
related damages by cleaning, repairing or replacing, and refinishing,
as directed by the Owner's Representative.
E. � Coordination: Provide finish coats which are compatible with prime
.,paints used. Provide barrier coats over incompatible primers where
required. Notify Owner's Representative in writing of anticipated
problems using specified coatings with substrates primed by others.
F. Surface Preparation: Perform preparation and cleaning procedures in
strict accordance with coating manufacturer's instructions for each
substrate conditions
G. Remove hardware and accessories, and similar items in place and not to
be finish -painted or provide surface -applied protection. Reinstall
removed items.
H. Material Preparation: Mix, prepare; and store painting and finishing
materials in accordancewith manufacturer's directions.
I. Application: Apply painting and finishing materials in accordance
with manufacturer's directions. Use applicators and techniques best
suited for the material and surfaces to which applied.
J. Apply additional' coats when undercoats, stains or other conditions
show through final paint coat, until paint film is of uniform finish,
color and appearance.
K. Sand lightly between succeeding enamel or,varnish coats.
City of Lubbock, TDCJ Booster Pump Station
t 13122 - Page 10
k L. Apply each material at not less than the manufacturer's recommended
spreading rate, to provide a total dry film thickness of not less than
4.0 mils for the entire coating system of prime and finish coats.
M. Dissimilar Materials: Where aluminum surfaces come in contact with
ferrous metal or other incompatible materials, keep aluminum surfaces
from direct contact by applications to the other material as follows:
1. One coat of zinc chromate primer, followed by two coats of aluminum
r- paint, SSPC-Paint 101.
` 2. In lieu of 2 coats of aluminum paint, apply one coat ,of high -build
r, bituminous paint, SSPC-Paint 12, applied to a thickness of 1/16"
over zinc chromate primer.
3. Backpaint aluminum surface where impracticable to paint other
surface.
' 3.8 FIELD INSPECTION
A. Building manufacturer shall provide a qualified inspector to supervise
erection and installation of pre-engineered metal building. Building
manufacturer shall submit certification that building has been
installed in accordance with applicable referenced standards and
manufacturer's standards.
7
END OF SECTION
City of Lubbock, TDCJ Booster Pump Station
16010 - Page 1
SECTION 16010
ELECTRICAL - —
PART,1 GENERAL
1.1 SECTION INCLUDES
A. Basic requirements for electrical installations.
B.; ;Motor Starters.
C. Motor for Vertical Turbine Pumps are included in Section 11075 -
Vertical Turbine Pumps.
1.2 RELATED SECTIONS
A. Section 01300 - Submittals.
B. Section 0170W-SContract Closeout.'
C. Section 11075 - Vertical Turbine Pumps.
D. Section 16480 - Pressure Sensing Controls.
1.3 REFERENCES
A. American National Standard Institute (ANSI)
B. ASTM A48 - Gray Iron Castings
C. ASTM A123 - Zinc (Hot -Galvanized) Coating on Products Fabricated _
from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and
Strips.
D. ASTM A153 - Zinc (Hot Dip) on Iron and Steel Hardware.
E. ASTM A569 - Steel, Sheet and Strip, Carbon .15 Maximum Percent),
Hot -Rolled, Commercial Quality. F. ANSI/IEEE C2 - National Electrical Safety Code.
G. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies
for Conduit and Cable Assemblies.
H. ANSI/NFPA 70 - National Electrical Code.
I. ETL Testing Laboratories, Inc (ETL).
J. Factory Mutual Systems (FM) requirements.
K. Insulated Cable Engineers Association (ICEA)
r
City of Lubbock - TDCJ Booster Pump Station
16010 - Page 2
L. National Electrical Manufacturer's Association (NEMA).
M. National Electrical Code (NEC), 1990 Edition
r" N. Applicable NFPA codes.
j 0. Occupational Safety and Health Act (OSHA)
P. Underwriters Laboratories, Inc. (UL).
r, Q. In case of conflict or disagreement between codes, standards,
laws, ordinances, rules, regulations, drawings and
specifications, or within either document itself, the more
stringent condition shall govern.
1.4 SYSTEM DESCRIPTION
A. Contractor shall extend underground service conductors in
conduit to the electric service pole installed by the Owner.
Install electric meter base on the power pole. Electric service
voltage will be 120/240 volts, 3 phase, 4 wire.
r
B. Furnish and instal all materials to provide functioning systems
in compliance with performance requirements specified, and any
r, modifications resulting from reviewed shop drawing and field
coordinated drawings.
1.5 QUALITY ASSURANCE
A. Verify motor horsepower loads, other equipment loads, and
controls from approved shop drawings and notify Owner's
Representative of any discrepancies. Match control
transformers, powerloads, and minimum sizes of starters to
equipment furnished which may differ from assumed values on the
drawings. Overloads shall reflect any load -side power factor
capacitors.
B. Verify the required control wiring for a complete system and
notify Owner's Representative of any discrepancies.
1.6 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings:
1. Submit shop drawings prior to purchase or fabrication of
equipment.
2. Prior to submittals of shop drawings, coordinate electrical
equipment, particularly motor control equipment, circuit
breakers, control panels, and instrumentation, with all
applicable equipment and systems of individual section of the
contract specification.
C. Submittals shall be made in the following combinations:
r^ City of Lubbock - TDCJ Booster Pump Station
16010 - Page 3
1. Wiring and conduit diagrams and layouts for pump building and
all electric work.
2. Conduits, wire cable, wiring devices, boxes, fittings, and
grounding.
3. Control equipment, circuit breakers, safety switches, dry -
tape transformers, panelboards, and automatic transfer
switch.
4. Lamps: interior and exterior building lighting..
D. Ensure that all submittals clearly indicate the equipment is UL
or ETL listed or is constructed utilizing UL or ETL listed or UL
recognized components. Where a UL standard has not been
established clearly identify that no UL standard exists for that
equipment.
E. Manufacturer's Instructions: Include instructions for storage,
handling, protection, examination, preparation, and
installation.
F. Product Technical Data: include the following, as a minimum:
1. Rating and dimensions on each unit.
2. Manufacturer's technical information on each product .used.
3. Acknowledgement that products submitted meet requirements of
standards referenced.
4. Manufacturer's installation instructions.
5. Mounting requirements.
G. Test Reports:
1. Submit certified copies of factory test reports at least 10
days before shipping equipment.
2. Reports shall include:
a. Test log.
b. Description of test equipment, and setup.
c. Test procedure. —
1.7 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section.01700.
B. Submit Operations and Maintenance Manuals under provisions of
Section 1700.
1.8 REGULATORY REQUIREMENTS
A. Conform to requirements of,applicable Referenced standards.
B. Conform to all applicable local state and federal codes and _
authorities having jurisdiction.
City of Lubbock - TDCJ Booster Pump Station
M
f 16010 - Page 4
F1.9 DELIVERY, STORAGE, AND HANDLING
A. Provide covering and shielding for all equipment to protect from
damage.
B. Ensure that equipment is not used as steps, ladders, scaffolds,
platforms, of for storage.
C. Protect nameplates on motors and similar equipment to prevent
defacing.
D. Protect conduit from corrosion and entrance of debris by storing
above grade. Provide appropriate covering.
E. Repair, restore or replace damaged, corroded and rejected items
at no additional cost to the Owner.
1.10 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing Products
f specified in this Section with minimum three years experience.
I PART 2 PRODUCTS
2.1 MATERIALS
A. Use electric materials approved by UL of ETL label, where
listing has been established for materials or devices in
question.
1. Manufactured items and fabricated assemblies of electrically
operating equipment: UL or ETL approved UL recognized
devices.
B. Structural Steel Supports:
1. Galvanized steel: ASTM A36.
2. Stainless steel: Type 316.
2.2 PRODUCT LISTING - LIGHT FIXTURES
A. Products from manufacturers listed herein are included as a
minimum standard of quality. Product substitutions may be
�. allowed subject to acceptance by Owner's Representative.
Substitute products shall meet or exceed the quality and
performance of the products listed. Subject to compliance with
r-
the Contract Documents the following products are acceptable.
i
! 1. Exterior Lights: 150 Watts, HPS with Photocell, Hubbell PVL-
0150S-118, Grainger Cat. No. 2V674.
."k
2. Interior Lights: Industrial Fluorescent Fixture, 120V,
Metalux IC240120VLE3-20 degrees, Grainger Cat. No. 6V440.
r
`t
�'" City of Lubbock - TDCJ Booster Pump Station
16010 - Page 5
Furnish each fixture with two 110 Watts energy -saving, high
color rendering,. high output lamps.
2.3 RIGID METAL CONDUIT
A. Unless otherwise specified, use rigid metal conduit for all
electrical work.
B. Rigid Steel Conduit: ANSI C80.1.
C. Fittings: ANSI/NEMA FB 1; steel.
2.4 MOTOR STARTERS
A. Type: enclosed, full voltage, non -reversing, magnetic motor
starters.
B. Enclosure: NEMA Type 1.
C. Starters shall consist of single or 3 phase, 60.Hz contactors
with thermal overloads, 120 volt coil, dry type 'control power
transformer where required, and a magnetic motor circuit
protector disconnect. Control power transformers shall be sized
to handle all simultaneous loads.
D. Provide each starter with an HOA control switch, red and green
pilot lights, and external manual reset push button for reset of
the thermal overload relays. Provide all starters with running
time meters.
E. Match control power transformers, overloads, and sizes of
starters to the equipment furnished.
F. Provide engraved or etched legends ("Start", "Stop", etc.), as
required.
G. Provide nameplates identifying related equipment, and unit
numbers where applicable.
2.5 PANEL BOARD
A. Circuit Breaker Type: thermal -magnetic,' bolt -in, individual
front replaceable, and shall indicate "On "Off", and
"Tripped".
B. Provide hinged door with latch.
C. Provide for at least 4 future breakers.-
D. Breakers shall be designed for the equipment being connected, or
20 amperes whichever is greater.
PART 3 EXECUTION
City of Lubbock TDCJ Booster Pump Station
r
16010 - Page 6
3.1 INSTALLATION
A. Execute all electrical wiring in accordance with all applicable
Reference Standards and codes of authorities having
jurisdiction.
B. When changes in location of any work are required, obtain
approval of Owner's Representative before making change.
r, C. Do not change indicated size without written approval of Owner's
Representative.
D. Provide all necessary offsets and crossovers in conduits,
whether indicated or not.
E. Run exposed conduits adjacent to and parallel to walls and
ceiling and vertically plumb, unless otherwise.indicated.
F. Verify that equipment will fit support layouts indicated.
G. Arrange for necessary openings to allow for admittance of
equipment. Where equipment cannot be installed as structure is
being erected, provide and arrange for building -in of boxes,
sleeves of other devices to allow later installations.
H. Install equipment to permit easy access for normal maintenance.
I. Provide identification of electrical equipment, conduits, and
circuits; provide electrical hazard warning signs.
J. Field paint in accordance with manufacturer's recommendations.
3.2 FIELD QUALITY CONTROL
A. Test equipment and systems unless otherwise recommended by
manufacturer. Verify all components are operational.
B. Replace equipment and systems found inoperative or defective and
retest.
f- 1. If equipment of system fails re -test it with products which
conform with Contract Documents.
2. Continue remedial measures and re -test until satisfactory
results are obtained.
r 3. Remedial measure and re -tests will be done at no cost to the
owner.
C. At completion of installation, test for operation, short
circuits, and ground.
r- D. Provide services of equipment manufacturer's field services
representative(s) to:
City of Lubbock - TDCJ Booster Pump Station
16010 - Page 7
1. Inspect equipment installation covered by these
specifications.
2. Supervise pm -start adjustments and 'installation" checks.
3. Conduct initial startup of equipment and perform operational
checks.
4. Provide written statement that manufacturer's equipment has
been installed properly, started up, and is ready for
operation by'Owner's'personnel.
5. Instruct. Owner's personnel on operation and maintenance of
pressure sensing controls.
END OF SECTION
City of Lubbock - TDCJ Booster Pump Station
16480 - Page 1
SECTION 16480
PRESSURE SENSING CONTROLS
PART 1
GENERAL
1.1
SECTION INCLUDES
r
A.
Pressure Sensor Assembly.
1.2
RELATED SECTIONS
A.
Section 01300 - Submittals.
B.
Section 01700 - Project Closeout.
C.
Section 02667 - Site Water Lines.
D.
Section 11075 - Vertical Turbine Pumps
r,
E.
Section 16010 - Electrical.
1.3
REFERENCES
A.
American National Standard Institute (ANSI)
r
B.
ASTM A48 - Gray Iron Castings
C.
ASTM A123 - Zinc (Hot -Galvanized) Coating on Products Fabricated
from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and
o
Strips.
D.
ASTM A153 - Zinc (Hot Dip) on Iron and Steel Hardware.
`
E.
ASTM A569 - Steel, Sheet and Strip, Carbon (.15 Maximum
r.
Percent), Hot -Rolled, Commercial Quality.
F.
ANSI/IEEE C2 - National Electrical Safety Code.
G.
ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies
for Conduit and Cable Assemblies.
H.
ANSI/NFPA 70 - National Electrical Code.
s
I.
ETL Testing Laboratories, Inc (ETL).
J.
Factory Mutual Systems (FM) requirements.
G
K.
Insulated Cable Engineers Association (ICEA)
L.
National Electrical Manufacturer's Association (NEMA).
r..
4,
M.
National Electrical. Code (NEC), 1990 Edition
City of Lubbock - TDCJ Booster Pump Station
16480 - Page 2
N. Applicable NFPA codes.
0. Occupational Safety and Health Act (OSHA)
P. Underwriters Laboratoties, Inc. (UL).
1.4 QUALITY ASSURANCE
A. Verify motor horsepower loads, other equipment loads, and
controls from approved shop drawings and notify Owner's
Representative of any discrepancies. Match control
transformers, powerloads, and minimum sizes of starters to —
equipment furnished which may differ from assumed values on the
drawings. Overloads shall reflect any load -side power factor
capacitors. _
B. Verify the required control wiring for a complete system and
notify Owner's Representative of any discrepancies.
1.5 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings:
1. Submit shop drawings prior to purchase or fabrication of
equipment.
2. Prior to submittals of shop drawings, coordinate electrical
equipment, particularly pressure sensor assembly, motor
control equipment, control panels, and instrumentation, with
all applicable equipment and systems of individual section of
the contract specification.
C. Submittals shall be made in the following combinations:
1. Wiring and conduit diagrams and layouts.
2. Conduits, wire cable, wiring devices, boxes, fittings, and
grounding, including diagrams showing identification for
interconnecting the associated equipment.
D. Product technical data to include:
1. Rating and dimensions on each unit.
2. Manufacturer's technical information on each product used,
including control devices mounted within pressure sensor
assembly enclosure, or separately mounted enclosures.
3. Elevation drawings and compTete description of units in the
pressure sensor assembly.
E. Ensure that all submittals clearly indicate the equipment is UL
or ETL listed or is constructed utilizing UL or ETL listed or UL
recognized components. Where a UL standard has not been
City of Lubbock - TDCJ Booster Pump Station
F
16480 - Page 3
F
0
established clearly identify that no UL standard exists for that
equipment.
F. Manufacturer's Instructions: Include instructions for storage,
handling, protection, examination, preparation, and
installation.
G. Certifications: include the following as a minimum:
1. Certify that equipment meets of exceeds specifications of
this section.
2. Statement relative to installation and startup as required in
paragraph 3.2 (E) of this section.
3. Submit statement that equipment has been tested at the
factory and is free of defects, and ready for installation.
4. Submit statement that equipment has been tested in the field
and is free of defects, and ready for operation.
1.6 REGULATORY REQUIREMENTS
A. Conform to requirements of applicable Referenced standards.
B. Conform to all applicable local state and federal codes and
authorities having jurisdiction.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Provide covering and shielding for all equipment to protect from
damage.
B. Ensure that equipment is not used as steps, ladders, scaffolds,
platforms, of for storage.
C. Protect nameplates on equipment and similar equipment to prevent
defacing.
D. Protect conduit from corrosion and entrance of debris by storing
above grade. Provide appropriate covering.
E. Repair, restore or replace damaged, corroded and rejected items
at no additional cost to the Owner.
PART 2 PRODUCTS
2.1 PRESSURE SENSOR ASSEMBLY
A. Equipment shall be a Master Level Controls Co. Model AT3 (3
pump) Tankmaster control, or an equivalent product from a
manufacturer which meets or exceeds the requirements of the
specified product, subject to approval by Owner's
Representative.
City of Lubbock - TDCJ Booster Pump Station
16480 - Page 4
B. Pressure sensor assembly shall have a built in gauge with
pressure adjusters directly on the gauge dial and visible at all
times.
C. Provide control with separate field adjustable timers for both
start and stop of each pump.
D. Incorporate into the design full surge, backspin, line failure
protection, pumping friction and staggered starting of multiple _
pumps.
E. Provide cutoff for Vertical Turbine Pumps if pressure is below
42 PSI for more than 60 seconds. Include timers to 'eliminate _
transient surges.
2.2 OPERATING REQUIREMENTS _
A. Enclosure type: NEMA 1.
B. Voltage: 120 Volts. _
C. Pressure range: 200 Psi.
D. Pressure switches arrangement:
Port 1: Lead 1
Port 2• Lag 1
Port 3: Lag 2/Standby
Port 4: Low pressure cutoff.
Note: Alternate Port 1 and Port 2.
PART 3 EXECUTION _
3.1 INSTALLATION
A. Verify that field conditions are acceptable and are ready to _
receive work.
B. Install equipment' in strict accordance with manufacturer's
instructions and recommendations, and all applicable Reference
Standards and codes of authorities having jurisdiction.
C. When changes in location of any work are required, obtain
approval of Owner's Representative before making change.
3.2 FIELD QUALITY CONTROL
A. Test equipment,and systems unless otherwise recommended by
manufacturer. Verify all components are operational. B. Perform ground fault equipment testing as required by NEC.
City of Lubbock - TDCJ Booster Pump Station
16480 - Page 5
C. Replace equipment and systems found inoperative or defective and
retest.
1. If equipment of system fails re -test it with products which
conform with Contract Documents.
2. Continue remedial measures and re -test until satisfactory
results are obtained.
3. Remedial measure and re -tests will be done at no cost to the
owner.
D. At completion of installation, test for operation, short
circuits, and ground.
E. Provide services of equipment manufacturer's field services
representative(s) to:
1. Inspect equipment installation covered by these
specifications.
2. Supervise pre -start adjustments and installation checks.
3. Conduct initial startup of equipment and perform operational
checks.
4. Provide written statement that manufacturer's equipment has
been installed properly, started up, and is ready for
operation by Owner's personnel.
5. Instruct Owner's personnel on operation and maintenance of
pressure sensing controls.
END OF SECTION
City of Lubbock - TDCJ Booster Pump Station
' •7:y • ' �a •!.
J DS__ _�PbrrAlA ROADov
' '` c= --•
fee, Jess
be
be lake
J•s- �
'L • •� �.J V p60 � v J. x
R
I •,, � {{( ••ice--� j�e
a
� . • • J 17 �\'� as �J�r d1�af •�'' • �� . c�.� _ : s ea���-_y`
•
E•
Burrisi
' S/e ion � �•S. • � • • i � �
l .• � Vey � � ]JI aRiQq �.., � � �
• J,sa ROILY STATION J.•
l
l .a+•a
• ;-- ; •� —•wen•
.`-......................................... �... .. ...... •
e •J/•J
APPROX.
SITE LOCATION • •�
• J��; 98tA Street J.•J•
:s0 i 47'3O• 1142 • mim.._.•et
1 tl i.00+ t
r
r
SPECIAL CONDITIONS
NOTICE OF ACCEPTANCE
F
F TO:
The City of Lubbock, having considered the proposals submitted and opened on the day of
199_, for work to be done and materials to be finished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that
r- our proposal is fair, equitable and to the best interest of said City, lease take notice that said proposal was accepted the City
r Y P Po . eQ � tY, P P Po P by
Council of the City of Lubbock on the day of 199 at the bid price contained therein, subject to the
execution of and furnishing of all contract documents, bonds, certificates of insurance, and all other documents specified and
r ' required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of
Lubbock all such documents within ten (10) days from your receipt of this Notice.
r
The five percent (S%) bid security, submitted with your proposal, will be returned upon the execution of such contract
documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such
contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative