Loading...
HomeMy WebLinkAboutResolution - 6188 - Contract - Acme Electric Company - Water Utilities Generator Design - 02_28_1999Resolution No. 6188 Item No. 27 February 28, 1999 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 to install and furnish all materials and services as bid for the Water Utilities Generator Design/Facility Modifications, between the City of Lubbock and Acme Electric Company, of Lubbock, Texas, and all related documents. Said contract is attached hereto and incorporated in this Resolution as if fully set forth herein and shall be included in the minutes of the Council. Passed by the City Council this 11th day of February '1999. WINDY SITTMAYOR A EST: Kayth' Darnell, City Secretary APPROVED AS TO CONTENT: V� Victor Kilman, Purchasing Manager APPROVED AS TO FORM: William de Haas, Competition and Contracts Manager/Attorney cp: ccdocs aec.res Februaq 2, 1999 CITY OF LUBBOCK SPECIFICATIONS FOR WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS BID #98299 ♦ T � o a � a• CITY OF LUBBOCK Lubbock, Texas JAN-21 99 18:31 FROM:FANNING, FANNING 806-745-35960 01 21/BB TIC[' 17-n1 PAY T0:8067752164 PAGE: 02 hoc EXPANSION JOINT MATERIAL ADJACENT TO EX157ING CgNGR�TE EXISTING CONCRETE EXPANSION _ JONT MATERIAL. -' 10, �s&4 cea EXISTING CONCRETE PAD s � Q cE I a iA 5.�0. APPROX PIAN MATCH ELEVATION Or ADJACENT CONCRETE ru W -&.W- IMF "1— #d 0 120 EW OF s �R 17A M N PAD,- "His QN NO SCALE NOTE: ,SEE SHEET JQL FOR MOTE PARKHILL, SWTH & COOPER, INC. EN6iNFERpS • ARCHITFMi -PLANNERS ' 400 7t/aU, • FAX l l of 794 (Hm7146 City of Lubbock Generator desIgn J Facilty Modifiaatlom — Addendum No. 01-21-59 1a:19 RECEIVED FROM:806 745 35960 P.02 JAN-21 99 10:31 FROP1:FANNING, FANNING .r.. 01: 21 r 9 9 MU 17 : 02 FAX 806-745-35960 T0:8067752164 PAGE:03 a 009 iAN5F ORME" 40EAR I EQUIPMENT PAD 'A" NEW EQUIPMENT PAD �E- NEW EOUIPMENT PAD H SEE MAIL THIS SHEET �L'..lit • ,, i•Z1-°19 PARKHILL, SMITH & COOPER, INC. pv'111�1�9 ; ENGINEERS • ARCHITECTS • PL ANNFRS A0M Av .& R - Ia.Xb. ...q 71/12 �ia0061 NJ 6t61 FAX I�61 ylT JM6 City o! Lubbock Genarstor peslgn I Faddy ModIficatlons Addendum No. 01-21-99 18:19 RECEIVED FROM:806 745 35960 P.OM ITB #98299, Addendum #2 P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: Office of Purchasing ADDENDUM #2 ITB #98299 Water Utilities Generator Design/Facility Modifications January 21, 1999 January 26, 1999 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The receptacle for aux power to the mobile power module shall be changed to Crouse Hinds #AREA10415 with # APJ10477 plug. These receptacles occur at Pump Station #7, Water Treatment Plant, and Water Reclamation Plant. 2. At Pump Station #7, the new breaker in the existing low -voltage panel shall be 100A - 2P. The feeder from this breaker to the receptacle shall be 3#2 & #6g in 1-1/2 inch conduit. 3. At Water Treatment Plant, the dry type transformer in the Clearwater Transfer Station shall be 25 KVA with 480-volt primary, and 120/240, single-phase secondary. The secondary switch shall be 100A-2P with 100A fuses, and the feeder to the receptacle shall be 3#1/0 & #4G in 2 inch conduit. 4. At Water Reclamation Plant, the new dry type transformer in Effluent Pumping Station shall be 25 KVA with 480-volt primary, and 120/240, single-phase secondary. The secondary switch shall be 100A-2P with 100A fuses, and the feeder to the receptacle shall be 3#1/0 & #4G in 2 inch conduit. 5. At the Water Treatment Plant, install three 120-volt circuits from the 120/208-volt panel in the MCC at the Clear Water Transfer Station to the plant switchboard to be used for controls. Install 3 new 20A-1 P breakers in this panel and run 4 # 8 & #8G in 1" conduit to the switchboard control panel. 6. At the Water Reclamation Plant, the manholes shall be equivalent to Dalworth Quikset #406.5 with pulling irons on each wall, 12-inch neck extension, and cast iron ring and manhole cover. Provide type B sump opening (12"x12") in the floor of the manhole over a 12" round by 18" deep drain filled with gravel. Provide frame and grate over the opening. Make provisions for duct entrances at the required locations. 7. Referring to drawing C2 for Pump Station No. 7, please note the following: Replace the manhole ring and cover with equivalent diameter ring and cover rated for HS-20 traffic loading: 98299ad2.doo ITB #98299, Addendum #2 Please note the following questions received and their corresponding answers: 1. We are concerned about clearances or power outages at individual sites, to accommodate the necessary work. A. We would like to know what length of outage the City of Lubbock can tolerate? The maximum power outage at any pump station shall not exceed 8 hours. We expect the maximum total plant power outage at the Water Treatment plant and the Water Reclamation plant not to exceed 5-10 minutes. All power outages must be planned out and approved as well in advance of occurrence. The contractor shall provide temporary service feeders as required to comply with this requirement. B. Particularly at Pump Station #7 Can #7 be down 7 to 10 days? Pump station #7 is a vital pump station 7 to 10 days down time will not be allowed. The maximum power outage allowed for this pump station as well as the other pump stations is 8 hours. C. How many stations can be down at one time? Only one pump station may be down at a time. D. The water treatment and reclamation appear to have parallel feeds or transformers. How long can each site operate at reduced capacity of a single transformer? Each transformer and feeder can operate each site at full capacity. E. What work schedule will the contractor be allowed to work? Is 7 days a week - 24 hours per day a possibility for some of the work? At the Treatment, Reclamation and Sta. 7 -- all at one time on a 24 hour schedule? Normal work days will be 8 hours per day 5 days per week. Extended work hours and weekend work will be considered on a case by case basis. F. Will City of Lubbock personnel be available to support the work schedule proposed in "E" above? Will a City representative be required on -site during any and all work performed by contractor? If extended hours or weekend work are approved, the City will ensure that any personnel needed are available. G. Who will be the primary City of Lubbock representative or coordinator as the job inspector? Will all major decisions, instructions, and directions by the city to the contractor, and all contractor concerns and important communication to the city be channeled through that individual? This will be clearly communicated to the selected contractor at the pre -construction meeting. 2. Is completion of the paving required as a part of the 100-day schedule? Or is the demonstrated operation and electrical system completion, the prime criteria for meeting the 100-day schedule? The 100-day schedule applies to all paving at all sites. 3. The bid documents call for the modification of existing conduits and reuse of existing cable. There are no guarantees that the cable will not be damaged in this process - even with the utmost diligence and care to avoid damage. Who will bear the responsibility to replace that cable? Will the City of Lubbock accept that responsibility as outside the scope of this contract? This will handled case by case if it occurs. 4. Will the contractor be required to route conduits UNDER other existing buried lines? How much clearance is required between new electrical conduits and existing lines? Top of ductbank shall be 48 inches below grade. How they cross -existing lines will depend on the depth of the existing line and will be determined on a case by case basis. 5. In Section 16410 -- Automatic Transfer Controls Water Treatment Plant -- Part 2 -- Item 2.01 references a UPS system for the PLC and controls (as well as CTs, PTs, control transformers, and other equipment). Since the City of Lubbock has specified that Cutler Hammer Engineering Services is to provide and install the PLC for this work, does the City have the specifics detailing the following items? . A. What size, type, quantity, and specifications are required for the UPS? The UPS is to be furnished by Cutler Hammer as part of their control work. It will be selected by Cutler Hammer to meet their requirements. 98299ad2.doo ITB #98299, Addendum #2 B. Where is the UPS to be located? What enclosure? UPS will be located in the equipment enclosure as determined by Cutler Hammer. C. Where is the power source for the UPS? See Item #5, above. D. What quantity and specifications are required on the CTs, PTs, control transformers, and other equipment? CT's, PT's control transformers and other equipment as required will be furnished and installed as part of the work by Cutler Hammer. E. Where are the CTs, PTs, control transformers, and other equipment to be located? Installation of these items will be by Cutler Hammer. F. Where is the interconnection information on the PLC controls and related equipment? Installation diagrams and PLC programming will be done by Cutler Hammer. 6. In Section 16060 Page 5, Item 3.07, a reference is made that wiring shall be installed in rigid conduit. Will we be allowed to use the cable tray that is currently in use at various sites? The existing cable trays may be used where available. 7. Section 16010 -- Raceways and Fittings refers to conduits in duct banks to be installed sloped so that no low point exists. In Section 16015 - Concrete Manholes, there is no information concerning a drain in the manholes. At the Water Reclamation site, the feeder to the new unit substation (about a quarter of a mile in length) has four manholes shown on the plans and specified as a Dalworth manhole that is 3 ft. wide X 5 ft. long X 3 ft. deep. This presents two questions: A. Since the manholes will have to be installed at low points in the conduit system to allow sloping without low points, will drains be added or allowed for? B. Since the specified manholes have only 3 ft. vertical walls and the conduits entering the side walls are typically 5 ft. or deeper, will different manholes be specified? Please see Item #6, above. 8. Section 16342 -- Medium Voltage Metal -Enclosed Load Interrupter Switchgear specifies Square D, General Electric, or Cutler Hammer. Will any equals be allowed? Three manufacturers are listed. If other manufacturers have equivalent equipment, they will be considered. 9. 1 have a question in reference to drawing C2 for the Pump Station No. 7. The drawing says to saw cut and remove existing concrete. Protect manhole to remain. It appears that this not points to a concrete lid that covers the manhole, therefore cutting this concrete would remove a part of this lid. How do 1 need to figure that? See Item #7, above. 10. In Section 01340 of the Invitation to Bid package, it refers to "Shop Drawings" and "Operation & Maintenance Manuals" must bear Contractor's approval stamp. Is the City of Lubbock only asking for Manufacturer (Vendor) drawings on the switchgear and major equipment to be provided? Or, are you asking for drawings from the contractor showing additional installation detail or construction plans? Manufacturer drawings are required for all equipment items. Before submitting, the contractor shall review and stamp these items after verifying dimensions along with the other items mentioned in Section 01340, paragraph 1.02,13,1. Installation detail drawings shall be submitted where the work or equipment differs from the construction documents, or where necessary to adequately plan the installation. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 98299ad2.doc ITB #98299, Addendum #2 Questions may be faxed to: (806) 775-2164 Or Email to: Lritchie@maii.ci.lubbock.tx.us THANK YOU, ��V✓ I.YL ���v� Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 98299ad2.doc ITB #98299, Addendum #1 0 1 P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: Office of Purchasing ADDENDUM #1 ITB #98299 Water Utilities Generator Design/Facility Modifications January 15, 1999 January 26, 1999 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please submit your bid on the enclosed revised Bid Form. 2. Please find the enclosed copy of the prebid sign in sheet. 3. If any or all alternate bids are awarded the Time and Order for Completion shall be 150 consecutive calendar days. However, Base bid items must be completed within the 100 consecutive calendar days as stated. 4. The generator control cable shall be 4-conductor#16, hard usage, sunlight resistant, suitable of outdoor application. 5. The existing motor control center in the Clearwater Transfer Station at the Water Treatment Plant is Westinghouse Series 2100. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806) 775-2164 Or Email to: Lritchie@mail.ci.Iubbock.tx.us THANK YOU, 4LauRitchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 98299adl.doc BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: DATE PROJECT NUMBER: #98299 — WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS Bid of (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 having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE BID - ITEM #1: PUMP STATION #7 ELECTRICAL MODIFICATIONS: MATERIALS: SERVICES: SITE MODIFICATIONS: MATERIALS: ($ } SERVICES: ($ ) TOTAL BASE BID ITEM #1: BASE BID - ITEM #2: WATER TREATMENT PLANT ELECTRICAL MODIFICATIONS: MATERIALS: SERVICES: SITE MODIFICATIONS: MATERIALS: ($ ) SERVICES: TOTAL BASE BID ITEM #2: ($ ) BASE BID - ITEM #3: WATER RECLAMATION PLANT ELECTRICAL MODIFICATIONS: MATERIALS: SERVICES: ($ SITE MODIFICATIONS: MATERIALS: ($ ) SERVI TOTAL BASE BID ITEM #3: TOTAL BASE BID: MATERIALS: ($ ) SERVICES: ($ ) TOTAL BASE BID (ITEMS 1, 2 and 3): ($ } ALTERNATE #1: TOTAL BASE BID COST FOR PROJECT COMPLETION WITHIN 80 (EIGHTY) CONSECUTIVE CALENDAR DAYS. MATERIALS: SERVICES: TOTAL (ADD) ALTERNATE #1: ($ ALTERNATE #2 - PUMPSTATION #4 ELECTRICAL MODIFICATIONS: MATERIALS: ($ } SERVICES: ($ ) SITE MODIFICATIONS: MATERIALS: ($ ) SERVICES: ($ } TOTAL (ADD) ALTERNATE #2: ($ ) ALTERNATE #3 - PUMPSTATION #8 ELECTRICAL MODIFICATIONS: MATERIALS; ($ ) SERVICES; ($ } SITE MODIFICATIONS: MATERIALS: ($ ) SERVICES: ($ j TOTAL (ADD) ALTERNATE #3: ($ ) ALTERNATE #4 - PUMPSTATION #9 ELECTRICAL MODIFICATIONS: MATERIALS; ($ } SERVICES: ($ } SITE MODIFICATIONS: MATERIALS: ($ j SERVICES: ($ } TOTAL (ADD) ALTERNATE #4: ($ ALTERNATE #5 — PUMPSTATION #10 ELECTRICAL MODIFICATIONS: MATERIALS: ($. SERVICES: SITE MODIFICATIONS: MATERIALS: SERVICES: ($ ) TOTAL(ADD)ALTERNATE (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 100 (ONE HUNDRED) 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 $500 (FIVE HUNDRED) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. 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. Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date PRE BID MEETING 98299 WATER UTILITIES GENERATOR DESIGN 1 FACILITY MODIFICATIONS January 14, 1999@ 11:00 AM ROOM 107 - . COMPANY.' REPREaE1VTATIYE .: MAI4Il"FG tD118E55 == NUMBER - . NUMBER LAURA RITCHIE P.O. Box 2000 City of Lubbock City: Lubbock (806) 775-2163 (806)775-2164 State. Zip Code: Texas 79457 � ����r fif cj/f Address: - `� City: 1,�� /� c y c' I •� / State, ZipCode: - IS" 77.4'-:��/C 7� Address: C.� —'�v 6 City: State. Zip L e-/ Code: �✓�` � '77!5 3 Z y V Address: P,0 &-)Y. Zoo o L N L "yW E NICWS City: Lv c cc State, ZipCode: ?41 4� 7r�-Z552 77 3S� 0 Address: 3 Y tiq C-mi-TE t . (cC city: State, Zip Code: -Eck 4 SQ0Ati t i ''� Address: iv 5 c ,i..S o D F'�'�,I oc� v4 t . jfirJ"SS �, City: L ibiaoGk -7- 75k 71 SZ73 State. Zip Code: 7-x 79 7-4 Address: �I ✓� .;�sa7 ( c, } Bib City: !..hha�ta 7�s""-o�9z 76 ;,- State, ZAP Code: T-k . ? s 4 Cu r :�►� 1� ►� tµ L C kr Address: City: 1-066ark M 0+1 t16L5IYY # Tor? State. Zip Code: ` 1Wto Address: p o. Rc4 iz4z� `( r ) 9 �rUAt(:'t-'7 r Wt}Ns�v.4.dr City: 5w '4&Aler Z3� 3�� Z3+J~-lG3`I State. ZipCode: 2 S J7a Address: (� j City: State, Zip Code: Address: �} City: State, Zi2 Code: Address: City: State, Zip Code: Address: City: State. Zip Code: Address: City: State. Zip Code: PRE -BID MEETING 98299 WATER UTILITIES GENERATOR DESIGN / FACILITY MODIFICATIONS January 14, 1999 @ 11:00 AM ROOM 107 . : : TELEPHONE FAX COMPANY REPRESENTATIVE MAILING ADDRESS € ::NbIMBER NUMBER. LAURA RITCHIE P.O. Box 2000 City of Lubbock City: Lubbock (806) 775-2163 (806)775-2164 State, Zip Code: T xas 79457 �J1 I Address: City: Z State, Zip Code: G Address: 4a10 Out, V_ City: L.i - I.Jo� �t� ► x State, Zi Code: `i 4l ' 1ov 7j 7- I 1 (806 ) 7� i jHc. C 1 h a, ► j/ G-C� / / r sal ffi Ytc• rl Address: S�cS H•;�� «; H�/5� City: Oar S/� ��1 5 .775 ( ) State, Zip Code: i > > % %C- 2 Address: 5-3o City: M06-sa 366 36 gC 3G8 6 0 6 State, Zip Code: q 76 'z )Au,LCC,AJ, IAJCL . ;X4rlCk_ ��Fl i7� Address: /l,jy City: ODE _ l (1/7C 3SG7-4s-5 _ 3G0-Cf.�c l State, Zip Code: TX ez 7 2- Address: 5 ?'c13 A c�rr,,u AuV SAvl�nnl, /,✓G, Ma{� Sa� �S per City: 0aF550l S/a7'�j-5 3 Z �Ca 8 �00 4a 1 State, Zip Code: -r� '15 jLl�rrl, �l0� kk 0- Address: T-?Q 3ox l�•Lro( City: ©otssa /� (�7� ) State, Zip Code: 7-7 gL—t (&A44Aj (cif). N/`l D/2- 1 Address:/C— City: o� �ssA 3✓I —?���' �S! —Sc'�v State, Zip Code: --F, 7�/ Address: } 1 t 5 SL.4rrowl uw `/ (kU L ) ( O G ) '✓►1E �l.ecrrLC '�!'� 8/r,,c,�►✓ City: GU&�jr-r ?�(-5.77 2-) State, Zip Code: ry I F v j f1�2V � �c tC �f itJL Il �° Address: /8/2- 4 r` City: 40,86OC4 806 Z62 -87 t 5 ( 606 ) 76z - 871 State, ZipCode: 7x ?9415 Address: City: State, Zip Code: Address: City: State, Zip Code: Address: ( ) ( ) City: State Zip Code: CITY OF LUBBOCK INVITATION TO BID FOR TITLE: WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 98299 PROJECT NUMBER: 9399.9226.50000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS F F F I NOTICE TO BIDDERS I I A NOTICE TO BIDDERS BID #98299 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on the 26th day of January. 1999, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 11th day of February. 1999, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of 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. There will be a pre -bid conference on 14th day of January, at 11:00 o'clock a.m., in the Engineering Conference Room 107, 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. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Q (.0 ` i� VICTOR KIL N PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806) 775-2167/Fax (806) 775-2164. F i "' 1-1 GENERAL INSTRUCTIONS TO BIDDERS 1 GENERAL INSTRUCTIONS TO BIDDERS 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 WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described 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. 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. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 100 (ONE HUNDRED) consecutive 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 7. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 8. 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. 9. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 10. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 4 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. 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. 16. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 4 19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 20. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 21, PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 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. 23, QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. BID SUBMITTAL BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: C ( Ty' DF LJF9 P Lim.-1� DATE: JA �L� I q �% PROJECT NUMBER: #98299 — WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS Bid of AC %_I E E L C L 1 I (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 CC- i'i L ,Z r 'Ti G ; i c; having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE BID - ITEM #1: PUMP STATION #7 ELECTRICAL MODIFICATIONS: MATERIALS: SERVICES: SITE MODIFICATIONS: MATERIALS,* SERVICES: TOTAL BASE BID ITEM #1: S l coo ) BASE BID - ITEM #2: WATER TREATMENT PLANT ELECTRICAL MODIFICATIONS: MATERIALS SERVICES: ($ 2 3 SITE MODIFICATIONS: MATERIALS: SERVICES: TOTAL BASE BID ITEM #2: BASE BID - ITEM #3: WATER RECLAMATION PLANT ELECTRICAL MODIFICATIONS: MATERIALS: SERVICES: SITE MODIFICATIONS: Jr`) oc" ) MATERIALS: ( G%OCX'') ) SERVICES: TOTAL BASE BID ITEM #3: (S L' c-'ye", ) TOTAL BASE BID; MATERIALS: SERVICES: TOTAL BASE BID (ITEMS 1, 2 and 3): ALTERNATE #1: TOTAL BASE BID COST FOR PROJECT COMPLETION WITHIN 80 (EIGHTY) CONSECUTIVE CALENDAR DAYS. MATERIALS' (s Z1I.3. C),C' U SERVICES: TOTAL (ADD) ALTERNATE #1: ALTERNATE #2 - PUMPSTATION #4 ELECTRICAL MODIFICATIONS: MATERIALS: ) SERVICES: (S� SITE MODIFICATIONS: MATERIALS: (� C• J ) SERVICES: TOTAL (ADD) ALTERNATE ALTERNATE #3 - PUMPSTATION #8 ELECTRICAL MODIFICATIONS: MATERIALS: SERVICE SITE MODIFICATIONS: �. f %oCLf MATERIALS; SERVICES; TOTAL (ADD) ALTERNATE #3: (S % 0G J ) ALTERNATE #4 - PUMPSTATION #9 ELECTRICAL MODIFICATIONS: MATERIALS: ($ iw: 2, SERVICES: ($ f �) an"c'G ). SITE MODIFICATIONS: NIA SERVICES: s &,oe j ) 7 ao (, . TOTAL (ADD) ALTERNATE #4: ALTERNATE #5 — PUMPSTATION #10 ELECTRICAL MODIFICATIONS: MATERIALS: SERVICES: or-) G I l cyc ) SITE MODIFICATIONS: MATERIALS: (S G 0 i SERVICES: TOTAL (ADD) ALTERNATE #5: (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 100 (ONE HUNDRED) 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 $500 (FIVE HUNDRED) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of `- t- .f" C" lC 717l Dollars (S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. 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. Authorized SAatuJe 7 (Printed or Typed Name Company %! /-S 5C --1 �'r� i i-441 Address City, Count State Zip Code Telephone: C L - fS�_� 77_.� Fax: 3/ E� e_ (Seal if Bidder is a Corporation) ATTEST- Secretary,' Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. 'Z Date Addenda No. -�S Date /-12. �i•, Addenda No. Date Bid Bond SURETY DEPARTMENT AV.4 THE HARTFORD KNOW ALL MEN BY THESE PRESENTS, That we, WINSTON ELECTRIC, INC. DBA ACME ELECTRIC COMPANY 1115 SLATON HWY., SUITE E LUBBOCK, T% 79404 as Principal, hereinafter called the Principal, and the HARTFORD FIRE INSURANCE COMPANY a corporation created and existing under the laws of the Stale of.... .-CONNECTICUT ......... ..... . whose principal office is in ...HARTFORD, CONNECTICUT as Surely, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK as Obligee, hereinafter called the Obligee, In the sum of FIVE PER CENT OF GREATEST AMOUNT BID Dollars ($ 5% GAB ). for the payment of which sum, well and truly to be made, the said Principal and the said Surely, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATION BID #98299 NOW, THEREFORE, If the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified In the bidding or contract documents with good and sulliclenl surely for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or In the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligoe the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and vold, otherwise to remain In full force and effect. f Signed and sealed this........... 25.R..................day of................................ Witness....................................................... fit lyd-ab aq 4 Of Colp-1-1 C aW JANII'm...................................................................... A.D. 19.,.9 4... ACME LECTRIC CO W.. I.............................(SEAL) .... n..... .......... (Prncipal). By.....!(`'.....Kj,. ...........................................................(SEAL) BARRY N (rnial ................................................................................. .............. .. .. .... ... ISEALI ............... I ... ........ .......... ... .. .. ........ (SEAL) ..ISEAL Lual T'AART.F.S ('_ nTTTSF.NRF.RRY T HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint CHARLES C. QUISENBERRYand/or SHARONK ZAPATA of LUBBOCK, TEXAS its true and lawful Attomey(s)-in-Fact, with full power and authority to each of said Attomey(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s)-in-Fad may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By -Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duty called and held on the 9th day of March. 1971. ARTICLE IV SECTION 6. The President or any Vice -President, acting with any Secretary or Assistant Secretary, shall have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more Resident Vice Presidents, Resident Assistant Secretaries and Attomeys4n-Fact and at any time to remove any such Resident Vice -President, Resident Assistant Secretary, or Attomey-in-Fact, and revoke the power and authority given to him. SECTION 11, Attomeys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by any such Attomey-in-Fact shall be as binding upon the Company as If signed by an Executive Officer and sealed and attested by one other of such Officers. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 12th day of February, 1993. Rssohvd, that the signalurm of such Officers and Vie seal of the any may be affixed to" such power of atiomey or to arty certificate relating thereto by facsimBe, and any such power of attorney or odtificeta beamV such facsimile aiprutaree or tacaanele seal ✓sell be valid and binding upon the Company and arty such power so executed and certified by facdmile signatures and faofmle seal shwa be valid and binding upon the Connpany to the tuhne with respect to any bond or underts" to which it is attached. In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Vice - President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 1 st day of May, 1995. Attest: n HARTFORD FIRE INSURANCE COMPANY r Riettard R. otolyHermruin `P ,/;� �C / Saosrery -�� �y jr/1000, STATE OF CONNECTICUT „s Paul L. Marabella COUNTY OF HARTFORD Vice -President On this 1st day of May, A.D. 1995, before me personally came Paul L. Marebella, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice -President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. t+~ baj4 STATE OF CONNECTICUT "��� COUNTY OF HARTFORD n a �/ N� Public My Comrnieaion Expose June 30. 1999 CER7IFlCATE I, the undersigned, Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the 25TH day of JANUARY 19 99 e ZY/ �i 9'. Robert L. Post secretary Form S-3507-9 (HF) Printed in U.SA CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contract r (Signature) Barry Brown Contractor (Print) CONTRACTOR'S NAME: Acme Electric Company (Print or Type ) CONTRACTOR'S ADDRESS: 1115 Slaton Highway, Suite E Lubbock. TX 79404 Name of Agent/Broker: Quisenberry & Associates Address of Agent/Broker: 4601 66th St., Suite B City/State/Zip: Lubbock, TX 79414 Agent/Broker Telephone Number: (806 Y93-8773 Date: / — 2 6z .. �-'5 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #98299 - WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS r PAYMENT BOND w BOND CHECK BEST RATING LlCENS : tV TEXAS aL DATE BY BOND 146BCSAA9149-1 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253,021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that ACME ELECTRIC COMPANY (hereinafter called the Principal(s), as Principal(s), and AARTFORD FIRE INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of NINE HUNDRED TWENTY FIVE THOUSAND rsN ) lawful money of the United States for the payment %.,herecf, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. t1'HEREAS, the Principal has entered into a certain written contract with the Oblicee, dated the 11 day of FEBRUARY , 19 99 , to_ FEBRUARY 11, 2000 and said Principal under the lavr is required before commencing the work provided for in said contract to execute a bond in the amount of said contract %%,Nch 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 oblication shall be void: otheRvise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it %vere copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 11 day of FEBRUARY 19 " . HARTFORD FIRE INSURANCE CO. Surety By: 6Td" C, (Title) ACME ELFCTRIC COMPANY Principal (Title) By: (Title) By: (Title) The undersigqned surety company represents that it is duly qualified to do business in Texas, and hereby CHARI,F. designates -QgTSE S C. ERRY an anent 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. HARTFORD FTRF. TNS _ ro - Surety . By: a" C (Title)) Approved as to form: C;ty of Lu``bock By: ity Attorney - Note: If sicned by an of; cer of the Surety Company t~ere must be on file a certified extract from the by-'a„-s shov,ing that this person has authlority to sign s!ch oblieation. If sicned by an Attorney in Fact, „e n-Lst have ccp,,• cf pov;er cf a ;orna<< ;Cr c;.r „les. HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut. does hereby make, constitute and appoint CHARLESC. QUISENBERRYand/orSHARONK ZAPATA of LUBBOCK, TEXAS its true and lawful Attomey(s)-in-Fact, with full power and authority to each of said Attomey(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or pernitted in all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By -Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971. ARTICLE IV SECTION 8. The President or any Vice -President, acting with any Secretary or Assistant Secretary, shall have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more Resident Vice Presidents, Resident Assistant Secretaries and Attomeys-in-Fad and at any time to remove any such Resident Vice -President, Resident Assistant Secretary, or Attomey-in-Fact, and revoke the power and authority given to him. SECTION 11. Attomeys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by any such Attomey-in-Fact shall be as binding upon the Company as If signed by an Executive Officer and sealed and attested by one other of such Officers. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 12th day of February, 1993. Resolved, that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and arty such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and arty such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future wdh respect to arty bond or undertaking to winch if is attached. In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Vice - President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 1st day of May, 1995. Att"t: HARTFORD FIRE INSURANCE COMPANY Richard R Harmartson STATE OF CONNECTICUT �o Paul L. Marabella COUNTY OF HARTFORD Vice -President On this 1st day of May, A.D. 1995, before me personally came Paul L. Marabella, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice -President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUTfq. Womiek COUNTY OF HARTFORD ` Notary Public My Commission Expires June 30.1999 CERTIFlCATE I, the undersigned, Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the j jTF[ day of FEBRUARY 19 99 Roban L. Post Secretary Form S-3507-9 (HF) Printed in U.S.A. PERFORMANCE BOND BOND CHECK BEST RATING LICEN D N ERAS DA By BOND #46RCSAA9149 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) ACME ELECTRIC KNOW ALL MEN BY THESE PRESENTS, that COMPANY (hereinafter called the Principal(s), as Principal(s), and HARTFORD FIRE -INSURANCE COMPANY (hereinafter called the Suret�e )„ �* fidjrr�� nto the City of Lubbock (hereinafter called the Obligee), in the amount of �_ 1 a0 ollars (S 925,000 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the.l day of FEBRUARY 19_ggto FEBRUARY 11, 2000 BID #98299 — W and said principal under the law is required before commencing the v✓ork 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 v✓ork in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherv✓ise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253,021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this l 1 day of FEBRUARY , 1999 HARTFORD FIRE INSURANCE CO. ACME ELECTRIC COMPANY Surety //��� Principa *By: eC27" 6- a'u' � 1 By: �iQs�lar `_ (Title) / / itle) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates CHARLES C. an agent resident in Lubbock County to whom any requisite notices may be delivered and on vrhom service o process may be had in matters arising out of such suretyship. HARTFOF.D FIRE INS. CO. Surety .By: C -ylGLt �v, C_a (Title) Approved as to Form City of Lubbock 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, %ve must have copy of poi ,er of attorney for our files. 2 HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organizec under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut does hereby make, constitute and appoint CHARLES C. QUISENBERRYand/or SHARONK. ZAPATA of LUBBOCK, TEXAS its true and lawful Attomey(s)-in-Fad, with full power and authority to each of said Attomey(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By -Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971. ARTICLE IV SECTION B. The President or any Vice -President, acting with any Secretary or Assistant Secretary, shall have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more Resident Vice Presidents, Resident Assistant Secretaries and Attomeys4n-Fad and at any time to remove any such Resident Vice -President, Resident Assistant Secretary, or Attomey-in-Fad, and revoke the power and authority given to him. SECTION 11. Attomeys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by any such Attomey-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested by one other of such Officers. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 12th day of February, 1993. Resolved, that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attomey or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified try facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which h is attached In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Vice - President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 1st day of May, 1995. Attest:: HARTFORD FIRE INSURANCE COMPANY o IsG Ricltatd R. Flerrnarraon 5ecnfary er STATE OF CONNECTICUT , as. Paul L. Marabella COUNTY OF HARTFORD I Vice -President On this 1st day of May, A.D. 1995, before me personally came Paul L. Marabella, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice -President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT N��Rr " L!? �+� ss. PUBUG ie Jean Wozniak COUNTY OF HARTFORD } ` Notary Public My Commission Expires June 30, 1999 CERTIFlCATE I, the undersigned, Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the 11TH day of FEBRUARY 1999 Robert L Post Secretary Form S-3507-9 (RF) Printed in U.S.A. F CERTIFICATE OF INSURANCE 1 L ., m 03/09.99 0-9:--2 LIUISENBERRY 4 806'T752164 NO.841 001 --------.. 4M-acr0r13eLM-r P.bl ' CITYOP LURPIWX • %-FC}4jkStN(; UL•PwRTMF-NT 16:5 1 an' SrRBLrI' LUUMOCK. TEXAS 7U01 I (806)775 ?171 • p4d)7'l5-2164 PAX / facsfin a tanffniM -7 -7 5 - ` L�pv1v,a Uto 743: &.aE19WIN Fax: (906)?0,5-772n ums From: -Be! A�iJl17c Data: 4&DHM--, ! / Ra AGENTIPOWER OF ATTORNEY Pgr-&: 1 CCc O urgent O For Review O mew Cortrrmm X Pteaoo Buoy ❑ Pews Rbryd4 Nnlas: Reg$tding Contract #98299 - water Udlttics GC9erat0r T)esip6:Tacil:Ty Modiflcatimu, Charles C. Quiscrzberry is listed as "AMcm- on the Performance and Payn=t Fiends and also the Insurance Cert&cuc, however, he 1s also listed w " PaWer-of-Attorney" on that p2mcular certificate_ Our legal rk-psr=oftt bas requested tbAt ho be lisud as either "d,par' or "Power -of- Anomcy" Please specify as to the proper title and I vni) make the a6cassaTy changes in the contract hank you for your prompt anmtien in this matter. tk, Prr a� A a��l_ s z0-d d9l=£O 66-80--AVW 63-69-99 1f):1S RECEIVED FROM:866 793 7173 P.91 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: 02/11/99 P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: ACME ELECTRIC COMPANY ELECTRICAL 1115 SLATON HWY., SUITE E THIS IS TO CERTIFY THAT LUBBOCK, TX 79404-6001 (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY X Commercial General Liability — Claims Made GRW843813 07/01/98 07/01/99 General Aggregate S 2,0-0-0,00,000 Products-Comp/Op AGG S 2 U�,U�,U�U,UU X Occurrence Personal & Adv. Injury S I,UUU,UUU Owner's & Contractors Protectiv Each Occurrence S 1,000 000 Fire Damage (Any one Fire) 100,000 5 Med Exp (Any one Person) 5,000 S AUTOM,OT IVE LIABILITY g Any Auto All Owned Autos 07/01/98 07/01/99 CombineARAK26167 Bodily Injury y (Per Person) S Single Limit S 1.000,000 y j ry Scheduled Autos Bodily Injury (Per Accident) S :X Hired Autos Property Damage S a Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident S Other than Auto Only: Each Accident S Aggregate S ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER S EXCESS LIABILITY 'X Umbrella Form Each Occurrence S 5,000,000 CRDZ94174 07/01/98 07/01/99 Aggregate S s_nn_,n nnn D Other Than Umbrella Form S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included TSFOO10607602 12/28/98 12/28/99 Statutory Limits Partners/Executive D Excluded Each Accident S 1,000,000 C"lccrs are: Disease Policy Limit S 1,000.000 Disease Employee S 1,000,000 -Each OTHER ADDITIONAL INSURED: CI OF LUBBOCK — GENERAL L ILITY 6kRAL 0 WAIVER OF SUBROGATION: ITY OF LUBBO — WORKERS COMP. GE LIABILITY 6 AUTO BID #982.99 — WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or In case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE CGU 6 TEXAS WORKERS' COMP. MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) INS. FUND By� �. Title: 1 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. F c CONTRACT r m CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 11t' day of February, 1999 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Acme Electric 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 #98299 - WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATIONS - $925,000.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. APPRO D AS TO FORM: City Attorney ATTEST: Corporate Secretary QJL'rjr"t! IZBOCK. TEXA/ •- , CONTRACTOR: ACME E CTRI COMPANY By: PRINTED NAME: "" !X aw'j TITLE:r'Sidt'�f COMPLETE ADDRESS: Acme Electric Company 1115 Slaton Highway Lubbock, Texas 79404 GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. r 2. CONTRACTOR L Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit ACME ELECTRIC COMPANY who has agreed to perform the work embraced in I this contract, or their legal representative. 1 OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative BRUCE BLALACK, WATER PRODUCTION & TREATMENT SUPERINTENDENT, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative, B. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15, SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16, CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF 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 Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation 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 such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to 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 prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. 0 Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either 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 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 bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office 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 Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative prior to the commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 6 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $0.00 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000.00 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/Installation Floater Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0.00% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $2,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to 8 provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5_ The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. B. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. 10 (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;' and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (I)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work 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, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 13 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED 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 documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, 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 $500 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 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 its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 15 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 Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41 PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 16 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 17 47 CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 18 In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 19 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or 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. 54. 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 Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 20 f F i1. f CURRENT WAGE DETERMINATIONS Resolution No. 6138 Item No. 23 December 16, 1998- RESOLUTION WHEREAS, the City Council of the City of Lubbock has heretofore established the general prevailing rate of per diem wages on public works projects in Lubbock as required by Section 2258.022 of the Government Code; and WHEREAS, such wage rates were established by Resolution No. 5121, enacted on March 14, 1996; and WHEREAS, said schedule of per diem wage rates requires a clarification with regard to Exhibit D; 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 Resolution No. 5121 enacted on March 14, 1996, except that Exhibit D to said Resolution entitled "Weekend and Holiday Rate" shall be entitled "Legal Holiday Rate" and shall read as follows: "The rate for legal holidays shall be as required by the Fair Labor Standards Act." Passed by the City Council this 16th day c ATE ST: K ythie arnell, City Secretary APPROVED ASAO CONTENT: Mary And ws, Director of Human Resources APPROVED AS TO FORM: G. Vandiver, First Assistant City Attorney DG V:'ccdocs/wagerate.res December 7, 1998 l\CJV lUIll.l .•�•• �-• March 1.4 , 1996 Item #19 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 i WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated bV Resolution No. 2502 enacted January 8. 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: 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 he as set forth in the following named exhibits. which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. :1 tl tl Passed by the City Council this 14th ATTEST: Betty M. idhmon, City Secretary APPROVED AS TO CONTENT: Mary AndrVws, Manaaina Director of Human Resources APPROVED AS TO FORM: I I a old Willard, Assistant City Attorney i s HW:dalccdocs/pubworks.res �± February 14. 1996 2 0:11:ywi, City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Pipinooiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder -Certified 10.00 4:11: ' Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 :11: Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. I WV. Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. r SPECIFICATION m City of Lubbock, Texas GENERATOR DESIGN / FACILITY MODIFICATIONS Water Pumping Stations #4, 7, 8, 9, 10 Water Treatment Plant Water Reclamation Plant Fanning, Fanning & Associates, Inc. Consulting Engineers 2555 74th Street Lubbock, Texas 79423 Tel: (806) 745-2533 Fax: (806) 745-3596 December, 1998 Parkhill, Smith & Cooper, Inc. Engineers / Architects / Planners Lubbock, Texas City of Lubbock, Texas GENERATOR DESIGN / FACILITY MODIFICATIONS Water Pumping Stations #4, 7, 8, 9, 10 Water Treatment Plant Water Reclamation Plant Fanning, Fanning & Associates, Inc. Consulting Engineers 2555 74th Street Lubbock, Texas 79423 Tel: (806) 745-2533 Fax: (806) 745-3596 December, 1998 Parkhill, Smith & Cooper, Inc. Engineers / Architects / Planners Lubbock, Texas CITY OF LUBBOCK, TEXAS ELECTRICAL GENERATING UNITS TABLE OF CONTENTS 01010 SUMMARY OF WORK 01340 SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01650 OPERATIONAL TESTING/DEMONSTRATION 01700 CONTRACT CLOSEOUT 01710 CLEANING 02072 DEMOLITION, CUTTING AND PATCHING 02223 EXCAVATION, GRADING AND SUBGRADE PREPARATION 02510 ASPHALT CONCRETE PAVING 02520 PORTLAND CEMENT CONCRETE PAVING AND FLATWORK 02830 FENCING 10400 IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS 16010 RACEWAYS AND FITTINGS 16015 CONCRETE MANHOLES 16020 CONDUCTORS 16030 GROUNDING 16110 DRY -TYPE TRANSFORMERS 16120 SAFETY SWITCHES/FUSES 16271 PAD -MOUNTED TRANSFORMERS 16342 MEDIUM VOLTAGE METAL -ENCLOSED LOAD INTERRUPTER S WITCHGEAR 16344 CONNECTION CUBICLE FOR MOBILE POWER MODULE 16346 SEPARABLE INSULATED CONNECTOR SYSTEM 16361 UNIT SUBSTATION 16364 SUBSTATION TRANSFORMERS 16410 AUTOMATIC TRANSFER CONTROLS WATER TREATMENT PLANT 16490 MOLDED CASE CIRCUIT BREAKERS 16580 AUTOMATIC TRANSFER SWITCHES SECTION 01010 SUMMARY OF WORK PART 1 -GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Work under this Contract includes the following: 1. Site and electrical modifications to the identified Water Pumping Stations, Water Treatment Plant and Water Reclamation Plant to receive and interface with the Owner's mobile generating units to allow selected equipment to each site to be powered from the mobile generating units. 2. Equipment will be installed to the double -ended switchboard at the Water Treatment Plant to accomplish automatic throwover between the two incoming LPL lines, and to automatically control the mobile generating unit to power the loads upon normal power failure. B. Mobile Generating Units (Mobile Power Module): 1. The City of Lubbock has contracted with West Texas Equipment for the purchase of three (3) Mobile Power Modules. Each unit is diesel -powered rated 1250KW, 1560KVA at 0.8 power factor, 2400/4160 volts, 3 phase, 4 wire. These units are scheduled for delivery in April and May 1999. C. Contractor's Work at Mobile Power Modules: 1. Upon delivery of each of the modules, the manufacturer will conduct a 4-hour load - bank test. All equipment and interconnecting cables for the tests will be furnished by the manufacturer. This contractor shall assist in the load -bank tests by connecting and disconnecting the cables, and witnessing the tests. 2. Upon satisfactory completion of the load -bank tests, this contractor shall install the permanent cable termination devices and phase rotation color -coding sleeves on the power module output cables. This contractor shall also install the mating plug on the cable powering the module while in storage. In addition, this Contractor shall furnish and install (under direction of the manufacturer) the automatic control cable with a plug to mate with the control receptacle installed at selected sites. D. Site Testing: 1. The Owner will transport each mobile power module to each of the sites prepared under this contract for full operational tests. This contractor shall conduct the operational tests specified, and shall demonstrate operation to the Owner. 1.02 CONTRACTS A. This work shall be done under a single, fixed price contract. 01010-1 1.03 WORK SEQUENCE A. The facilities where the work is to be accomplished are in continuous use. Scheduled power outages for defined periods can be accommodated at single sites with adequate notification. Co-ordinate the schedule with the Owner to minimize disruption of services. B. Generator site testing shall generally occur between the hours of 8:00 a.m. and 5:00 p.m. Monday through Friday unless otherwise directed by the Owner. C. All power outages shall be scheduled 48 hours in advance and shall be limited to the duration directed by the Owner. 1.04 USE OF PREMISES A. The use of the premises shall be limited for Work and storage, to allow for Owner occupancy. Keep work areas clean of debris and waste. B. Coordinate use of premises under direction of Owner. C. Assume full responsibility for the protection and safekeeping of products furnished under this Contract, stored on or off the site. D. Move any stored products under Contractor's control, which interfere with operations of the Owner. 1.05 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. Protect, share, brace, support, and maintain underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by construction operations. B. Restore to their original condition, pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with sod and shrubs in yards and parkings, whether within or outside the easement. C. Use new materials for replacements. Except as noted on plans. D. Do not remove trees outside the permanent easement, except as authorized. E. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or 01010-2 men to or from the Work or any part or site thereof, whether by him or his subcontractors. F. Make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, any damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. 1.06 MAINTENANCE OF TRAFFIC A. Conduct Work to interfere as little as possible with public travel, whether vehicular or pedestrian: 1. Whenever it is necessary to cross, close, or obstruct roads, driveways and walks, whether public or private, provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodations of public and private travel. 1.07 OWNER OCCUPANCY A. Owner will occupy the premises during the entire period of construction for the conduct of his normal operations. Cooperate with Owner in all construction operations to minimize conflict, and to facilitate Owner usage. 1.08 REGULATORY REQUIREMENTS A. Comply with all federal, state and local laws, regulations, codes, and ordinances applicable to the Work. B. References in the Contract Documents to local codes shall mean the City of Lubbock, Texas. C. Other standards and codes which apply to the Work are designated in the Specifications. 1.09 CUTTING AND PATCHING A. Contractor shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the Work or to: 1. Make its several parts fit together properly. 2. Remove and replace defective work. 3. Remove and replace work not conforming to requirements of Contract Documents. B. Provide products as specified or as required to complete cutting and patching operations. C. Inspection: 1. Inspect existing conditions of the Project, including elements subject to damage or to movement during cutting and patching. 01010-3 2. After uncovering work, inspect the conditions affecting the installation of products, or performance of the work. 3. Report unsatisfactory or questionable conditions to the Engineer in writing; do not proceed with the work until the Engineer has provided further instructions. D. Preparation: 1. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the Work. 2. Provide devices and methods to protect other portions of the Project from damage. 3. Provide protection from the elements for that portion of the Project which may be exposed by cutting and patching work, and maintain excavations free from water. 4. Execute fitting and adjustment of projects to provide a finished installation to comply with specified products, functions, tolerances and finishes. 5. Restore work which has been cut or removed; install new products to provide completed Work in accord with requirements of Contract Documents. 6. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. END OF SECTION 01010-4 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS PART 1 -GENERAL 1.01 SUMMARY A. General: 1. Section Addresses: a. Mechanics of Shop Drawings Process. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Sections in Divisions 2 through 16 identifying submittal requirements. 1.02 SUBMITTALS: GENERAL A. Transmit all submittals to: Engineer Fanning, Fanning & Associates, Inc. Consulting Engineers 2555 74th Street Lubbock, Texas 79423 B. All transmittals must be from Contractor and bear his approval stamp. Transmittals will not be received from or returned to subcontractors: 1. Shop drawing transmittal stamp shall read "(Contractor's Name) represents that we have determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers, and similar data, and that we have checked with the requirements of the Work and the Contract Documents." Transmittals will not be received from or returned to subcontractors. 2. Operation and Maintenance Manual transmittal stamp may be Contractor's standard approval stamp. C. Provide submittal information defining specific equipment or materials utilized on the project. Generalized product information not clearly defining specific equipment or materials to be provided will be rejected. D. Submittal Schedule: 1. Schedule of shop drawings: a. Submitted and approved within 14 days of receipt of Notice to Proceed. 01340-1 2. Operation and Maintenance Manuals: a. Submit at completion of project. E. Final payment on the project shall not be made until final approved copies of all Operation and Maintenance Manuals have been received. 1.03 SUBMITTALS: SHOP DRAWINGS A. Transmittal Mechanics: 1. Number transmittals consecutively beginning with 1. 2. Assure resubmitted items retain the original number but with an added suffix of A, B..., etc. 3. Restrict each letter of transmittal to only one Specification Section or portion thereof. 4. Provide eight copies. 5. Contractor shall not use red color for marks on transmittals. Duplicate all marks on all copies transmitted, and ensure marks are photocopy reproducible. Outline Contractor marks on reproducible transparencies with a rectangular box. B. Transmittal Contents: 1. Coordinate and identify shop drawing contents so that all items can be easily verified by the Owner. 2. Identify equipment or material use, tag number, drawing detail reference, weight, and other project specific information. 3. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. 4. Submit items like equipment brochures, cuts of fixtures, product data sheets or catalog sheets on 8-1/2 x 11 IN pages. Indicate exact item or model and all proposed options. 5. Include legible scale details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout drawings, parts catalogs, rough -in diagrams, wiring diagrams, controls, weights and other pertinent data. Arrange data nd performance information in format similar to that provided in Contract Documents. Provide, at minimum, the detail provided in the Contract Documents. 6. If proposed equipment or materials deviate from the Specifications or Drawings in any way, clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet. 1.04 SUBMITTALS: SAMPLES A. Identify sample as to: manufacture, item, use, type, project designation, specification section or drawing detail reference, color, range, texture, finish and other pertinent data. B. Include application specific brochures, and installation instructions. 01340-2 C. Provide Contractor's stamp of approval on samples as indication of his checking and verification of dimensions and coordination with interrelated work, D. Resubmit samples of rejected items. E. Approved samples submitted or constructed, constitute criteria for judging completed work. Finished work or items not equal to samples will be rejected. F. Samples may be retained for comparison purposes. Remove samples when directed. Include in bid all costs of furnishing and removing samples. 1.05 SUBMITTALS: OPERATION AND MAINTENANCE MANUALS AND EQUIPMENT RECORD SHEETS A. Transmittal Mechanics: 1. Provide transmittal form for Operation and Maintenance Manual with original number of the approved items plus a suffix "O-M". 2. Submit two copies until approval is received. 3. Acceptable submittals will be retained with the transmittal form returned with a request for five additional copies. 4. Identify resubmittals with the original number plus a suffix letter starting with "A." 5. Submit Operation and Maintenance Manuals printed on 8-1/2 x 11 IN size heavy first quality paper with standard three -hole punching and bound in stiff metal hinged binder constructed as a three-ring style. Provide binders with titles on front and on spine of binder. Tab each section of manuals for easy reference with plastic -coated dividers. Provide index for each manual. Provide plastic sheet lifters prior to first page and following last page. 6. Reduce drawings or diagrams bound in manuals to an 8-1/2 11 IN or 11 x 17 IN size. However, where reduction is not practical to ensure readability, fold larger drawings separately and place in vinyl envelopes which are bound into the binder. Identify vinyl envelopes with drawing numbers. B. Transmittal Content: 1. Submission of Operation and Maintenance Manuals is applicable but not necessarily limited to: a. Major equipment. b. Specialized equipment. 2. Prepare operation and maintenance manuals which include, but are not necessarily limited to, the following detailed information, as applicable. a. Equipment function, normal operating characteristics, limiting operations. b. Assembly, disassembly, installation, alignment, adjustment, and checking instructions. c. Operating instructions for start-up, routine and normal operation, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. 01340-3 e. Guide to "troubleshooting." f. Parts list and predicted life of parts subject to wear. g. Warranty, bond and service contract (if applicable), including: 1) Proper procedures in event of breakdown. 2) Instances that might affect validity of warranties or bonds. h. Outline, cross-section, and assembly drawings; engineering data; and electrical diagrams, including elementary diagrams, wiring diagrams, connection diagrams, word description of wiring diagrams and interconnection diagrams. i. Test data and performance curves. j. A list of recommended spare parts with a price list and a list of spare parts provided under these specifications. Where applicable, list parts suppliers other than the unit manufacturer. k. Copies of installation instructions, parts list or other documents packed with equipment when delivered. 1. Include a filled -out copy of the Equipment Record Sheet as the first page(s) and the Manufacturer's Field Service report as the final page(s) of each Operation and Maintenance Manual. Complete maintenance requirements in detail. Simple reference to the Manual is not acceptable. in. For equipment items involving components or subunits, an Equipment Record Sheet for each operating components or subunit is required. C. Instruction of Owner's Personnel: 1. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in the operation, adjustment, and maintenance personnel in the operation, adjustment, and maintenance of all products, equipment, and systems. 2. Operating and maintenance manual shall constitute the basis for instructions: a. Renew contents of manual with personnel in full detail. 3. Video tape on VHS all instruction sessions and provide tape to Owner following completion of sessions. 4. Additional requirements for specialized instruction of Owner's personnel are given in the detailed equipment specifications. 1.06 SUBMITTALS: SHOP DRAWINGS: OWNER'S REVIEW ACTION A. Items within transmittals will be reviewed for overall design intent and will receive one of the following actions: NO EXCEPTION TAKEN MAKE CORRECTION AS NOTED REVISE AND RESUBMIT REJECTED B. Transmittal returned with Action "NO EXCEPTION TAKEN" or "MAKE CORRECTIONS NOTED" are considered ready for fabrication and installation. 01340-4 C. Transmittals with Action "REVISED AND RESUBMIT" or "REJECTED" will be required to be correct and resubmit items so marked. D. Transmittals such as submittals which the Owner considers as "Not Required," submittal information which is supplemental to but not essential to prior submitted information, or items of information in a transmittal which have been reviewed and approved in a prior transmittal, will not be returned. END OF SECTION 01340-5 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 -GENERAL 1.01 SUATNIARY A. Section Includes: 1. Construction facilities and temporary controls. B. Related Sections include but are not necessary limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 QUALITY ASSURANCE A. Reference Standards: 1. Comply with applicable federal, state, and local lavys, codes, regulations and ordinances. 2. Comply with utility company requirements. PART 2 - PRODUCTS 2.01 GENERAL A. Products shall be new or used and must be serviceable, adequate for the intended purpose, and must not violate the requirements of any applicable codes or standards. B. Owner will pay all costs to operate existing plant. 2.02 TEMPORARY UTILITIES A. Power: 1. Contractor may use existing receptacle outlets for small power tools with 120 V, single-phase, 15 amp, and grounding connection plugs at no charge for power energy: a. Use of existing receptacle outlets shall be in such a manner to minimize inconvenience to Owner and his employees. The contractor shall insure use of receptacles will not overload circuits. b. Provide any required extension cords. c. Extension cords shall be supported or guarded to positively prevent any hazard of any kind to Owner's personnel. Extension cords not in use shall be removed. Contractor shall relocate any extension cords deemed by the Owner as hazardous. 01500-1 2. Equipment testing: a. Owner will pay for energy. b. Contractor to pay all costs for temporary wiring, if required. 3. Arrange for and pay all costs associated with power service to the Contractor's field offices and to Contractor's storage sheds, and pay all costs for energy used. 4. Where no receptacle outlet is available and for construction equipment larger than 15 amps, 120 V, single-phase, arrange for and pay all costs associated with temporary power service either from the local utility or a portable engine -generator. 5. Pay all costs for installation and removal of service, and power used. B. Water: 1. Provide all drinking water required by personnel. Pay all costs. 2. To extent available, water from existing plant may be used. 3. Provide temporary pumping, piping and valves, as necessary. C. Sanitary and Personnel Facilities: 1. Provide sanitary facilities: a. As required by laws and regulations. b. Not less than one facility for every 20 employees of Contractor and subcontractors at the site. 2. Service, clean and maintain facilities and enclosures. 3. Do not permit construction personnel to use Owner's sanitary or personnel facilities. D. Telephone Service: 1. Provide telephone service: a. In Contractor's field office: (1) One direct local line instrument with call waiting service. (2) Other instruments at Contractor's option. 2. Pay all costs for installation and removal of telephone and for local service. 3. Toll charges shall be paid by the party placing the call. 4. No incoming calls allowed to Owner's plant telephone system. E. Temporary Heating and Ventilation: 1. Provide temporary heating and ventilation as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the installation of materials, and to protect materials and finishes from damage due to temperature or humidity. 2. Provide adequate forced ventilation of enclosed areas to cure installed materials, to disperse humidity, and to prevent hazardous accumulations of dust, fumes, vapors or gases. 3. Portable heaters shall be standard approved units complete with controls. 4. Pay all costs of installation, maintenance, operation, removal, and for fuel consumed. 01500-2 2.03 CONSTRUCTION AIDS A. Provide construction aids and equipment required by personnel and to facilitate the execution of the work: 1. Scaffolds. 2. Staging 3. Ladders. 4. Stairs. 5. Ramps. 6. Runways. 7. Platforms. 8. Railways. 9. Hoists. 10. Cranes. 11. Chutes. 12. Other such facilities and equipment. B. Completely remove temporary materials, equipment, and services at completion of the Project. C. Grade the areas of the site affected by temporary installations to required elevations and slopes, clean the area, and restore to original condition or to specified condition. D. Contractor is not to use or ask others to provide use of plant machinery, including carts and forklifts. E. Provide ear protection for personnel as required. 2.04 BARRIERS A. Fencing: 1. The site of the Work is totally fenced. 2. Provide any additional fencing required to protect products or to ensure public safety and the safety of Owner's employees. The placement of temporary fencing is subject to approval of the Owner. B. Barriers: 1. Provide suitable barriers as required for public protection and protection of the Owner's employees. 2.05 ENTRY ROADS A. Contractor may use existing roadways for access to the extent practical and shall provide additional access roads and parking required for the Contractor's personnel or operations: 1. Provide access to plant parking area at all times. 01500-3 2. Maintain drainageways. 3. Control dust by daily sprinkling of water or other methods acceptable to Engineer. 4. Provide gravel, crushed rock or other stabilization material to permit access by all motor vehicles at all times. 5. Maintain road grade and crown to eliminate "potholes," rutting and other irregularities that restrict access. 6. Maintain one traffic lane at times when underground construction is being conducted. Provide detours, barriers, and traffic control. 7. Coordinate all detours and other operations affecting traffic and access with Engineer. Provide at least 72 HR notice of any operations that will alter access to the plant. PART 3 - EXECUTION 3.01 TEMPORARY UTILITIES A. Maintain and operate systems to assure continuous service. B. Modify and extend systems as work progress requires. C. Completely remove temporary materials and equipment when their use is not longer required. D. Clean and repair damage caused by temporary installations or use of temporary facilities. 3.02 CONSTRUCTION AIDS A. Relocate construction aids as required by progress of construction, storage or Work requirements, and to accommodate legitimate requirements by Owner. B. Completely remove temporary materials, equipment and services at completion of the Project. C. Clean and repair damage caused by installation or by use of temporary facilities: 1. Remove foundations and underground installations for construction aids. 2. Grade the areas of the site affected by temporary installations to required elevations and slopes, and clean the areas. 3.03 BARRIERS A. Install facilities of a neat and reasonably uniform appearance, structurally adequate for the required purposes. B. Relocate barriers as required by progress of construction. 01500-4 C. Completely remove barriers, including foundations, when construction has progressed to the point that they are no longer needed. D. Clean and repair damage caused by installation, fill and grade the areas of the site to required elevations and slopes, clean the area and restore to specified condition or, if not specified, to original condition. 3.04 FIELD OFFICE AND STORAGE SHEDS A. Fill and grade sites for temporary structures to provide surface drainage. B. Construct temporary field offices and storage sheds on proper foundations, provide connections for utility services: 1. Secure portable or mobile buildings when used. 2. Provide steps and landings at entrance door. C. Mount thermometer at convenient outside location, not in direct sunlight. D. Remove temporary field offices, contents and services at a time they are not longer needed. E. Remove storage sheds when they are not longer needed. F. Remove foundations and debris, grade the site to required elevations, clean the areas and restore to specified condition or, if not specified, to original condition. END OF SECTION 01500-5 SECTION 01650 OPERATIONAL TESTING/DEMONSTRATION PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Procedures and actions, required of the Contractor, which are necessary to achieve and demonstrate Substantial Completion. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.01 PUMPING STATIONS A. At each pumping station site, this contractor, under the supervision of the generator manufacturer, shall perform full operational tests. These tests shall be conducted at the time designated by the Owner for the time period approved. 1. Connect the generator output cables to the interfacing switchgear after verifying proper phase rotation. 2. Disconnect LPL by opening the key -interlocked interrupter switch. 3. De -energized all pumps in the pump station fed from the designated switchgear. 4. Assist plant personnel in operating the appropriate water line valves. 5. Manually start the mobile generating unit and verify proper operation. 6. Close the key -interlocked interrupter switch powered by the generator. 7. Assist plant personnel in starting the selected pumps and opening the appropriate water line valves. 8. Monitor the operation of the switchgear and mobile generating units for the 2-hour operational test. 9. Return the plant to normal operation on LPL supply by performing similar tasks to those described above. ` 10. After a cool -down period, shut down the mobile generating unit and disconnect from plant equipment. 11. Assist in the preparation of an operational checklist which shall be a step-by-step operating procedure for connecting, powering, and disconnecting the mobile generators at each site. The engineer will prepare a final check list to the contractor for each site and the contractor shall laminate the material and install it at the location specified. 12. Demonstrate the complete operating procedure to the Owner's personnel, then supervise the process as Owner's designated person performs the procedure. 01650-1 13. The Owner will transport the mobile power module to its storage area. At the storage area, the contractor shall connect the module to the receptacle installed for this purpose and shall instruct the Owner of the location of the breakers powering this equipment. He shall also assist the manufacturer of the power module of the procedure in preparing the module for transportation to a remote site, and the procedure for returning and storing the units to their designated storage areas. The final operational procedure will be prepared by the engineer, and shall be laminated and posted in each mobile power module by this Contractor. 3.02 WATER TREATMENT PLANT A. At the Water Treatment Plant, this contractor shall conduct and demonstrate full operational tests of the automatic throwover equipment (under manufacturer's supervision) and shall demonstrate the automatic operation of the mobile power module. These tests shall be conducted when designated by the Owner for the time period approved. The following shall be performed: 1. After determining the correct phase rotation and installing the identification equipment, connect the generator output cables, storage cables and control cables. 2. With the plant operating normally arrange for LPL to de -energize the east incoming line. Verify the time delay setting, opening of the east main breaker, and closing of tie breaker. 3. Arrange for LPL to re -energizing the east line and verify time delay setting, opening of the tie breaker, and closing of the east main breaker. 4. Repeat this procedure for the LPL west incoming line. S. Arrange for LPL to de -energize both incoming lines. Verify time delay settings, the opening of both main breakers, and all feeder breakers. Verify time delay and starting of the mobile power module. Verify closure of the generator breaker, tie- breaker and all time delays and closure of the feeder breakers. 6. After 2 hours, arrange for LPL to re -energize the east incoming line. Verify time delays, opening of the generator breaker and closing of the east main breaker. Verify generator cooldown and shutdown. 7. Arrange for LPL to energize the west incoming line. Verify time delays, the opening of the tie -breaker and closing of the west main breaker. 8. Verify mobile power module is operating properly in storage mode. 9. Assist the manufacturer of the switchboard and generators in the preparation of an operational checklist which shall be a "step-by-step" operating procedure for the system. The engineer will prepare the final checklist, and the Contractor shall laminate the list and install it at the switchboard. 10. Demonstrate the operation of the system to Owner's personnel, including the manual override up the system, and supervise the process as the Owner's designated person performs the procedures. DIPM1 ) 3.03 WATER RECLAMATION PLANT A. At the Water Reclamation Plant, this contractor shall conduct and demonstrate full operational tests for both manually and automatically starting the mobile power module and its ability to power the selected loads. These tests shall be conducted when designated by the Owner for the time period approved. The following shall be performed. 1. With the Plant operating normally open the breakers feeding the motor control center in Headworks. Verify time delays and automatic starting of the mobile power module. Verify operation of the new and existing automatic transfer switches. Verify resumption of the operation of the two (2) screw pumps set for automatic operation. Verify that other motor -operated equipment in Headworks is not operating. Secure and record an amperage measurement on each phase conductor. 2. Set the control switch on the mobile power module to the "manual" position. 3. Open the two 5KV substation interrupter switches supplying the Effluent Pumping Station. 4. Open the new 5KV normal power key -interlocked interrupter switch. 5. Open the controller disconnects for the effluent pumps in the motor control center. 6. Close the new 5KV, emergency power, key -interlocked interrupter switch. 7. Close the disconnects and start the designated effluent pumps. 8. After 2 hours, close the normal breakers feeding Headworks. Verify time delays and observe operation of the transfer switches to their normal state. 9. Stop the effluent pumps that are running and open the disconnects. 10. Open the 5KV emergency power, key -interlocked interrupter switch. 11. Close the 5KV normal power, key -interlocked interrupter switch. 12. Close the interrupter switches on the substations feeding the effluent pumping station. 13. Close the disconnect and restart the effluent pumps. 14. Run generator through cool -down cycle. 15. Set the control switch on the mobile power module to "AUTO" position and observe generator shutdown. 16. Assist in the preparation of an operation checklist which shall be a step-by-step operation procedure for connecting, powering and disconnecting the mobile power module. The engineer will prepare a final checklist to the contractor who shall laminate it and mount one at the Headworks and one at the Effluent Pumping Station. 17. Demonstrate all modes of operation to the Owner's personnel, then supervise the process as the Owner's designated person performs the checklist procedure. END OF SECTION 01650-3 SECTION 01700 CONTRACT CLOSEOUT IPART 1 -GENERAL 1.01 GENERAL A. Comply with requirements stated in Contract Forms, Contract Requirements, and General Requirements, and in Specifications for administrative procedures in closing out the Work. 1.02 SUBSTANTIAL COMPLETION A. See General Conditions. 1.03 FINAL INSPECTION A. When Contractor considers the Work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of Owner's representative and are operational. 5. Work is completed and ready for final inspection. B. Owner will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Owner Consider That the Work is Incomplete or Defective. 1. Owner will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to Owner that the Work is complete. 3. Owner will reinspect the Work. D. When Owner finds that the Work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. 1.04 CONTRACTOR'S CLOSEOUT SUBMITTALS TO OWNER A. Project Record Documents. 01700-1 B. Operating and Maintenance Data, Instructions to Owner's Personnel: As specified in Section 01340. C. Spare Parts and Maintenance Materials: As specified in the individual Specification sections and herein. D. Evidence of Payment and Release of Liens: As specified in the General and Supplementary Conditions. E. Two Copies of Each Specified Special Bond, Warranty, and Service Contract. 1.05 FINAL ADJUSTMENTS OF ACCOUNTS A. Submit a Final Statement of Accounting to Owner. B. Statement Shall Reflect All Adjustments to the Contract Sum, 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Deductions for uncorrected Work. c. Deductions for liquidated damages. d. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due. 1.06 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract and those specified below. B. Upon receipt of Final Application for Payment, if the document is correct and complete, the Engineer will notify the Owner that the Final Application for Payment has been reviewed; the Owner, through its Council, will publish notice for claim which will require up to 50 days. If no claims are received and all other conditions are met, the final payment will be made to the Contractor within 10 days of the expiration date for receipt of claims. PART 2 - RECORD DOCUMENTS 2.01 GENERAL A. Maintain for Owner One Record Copy of, 1. Drawings. 2. Specifications. 01700-2 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Engineer's Field Orders or Written Instructions. 6. Approved Shop Drawings and Product Data. 7. Field test records. 8. Construction Photographs. 2.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. Field documents and samples in accordance with Data filing Format of the Uniform Construction Index. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by Engineer. 2.03 MARKING DEVICES A. Provide felt-tip marking pens for recording information in the color code designated by Engineer. 2.04 RECORDING A. Label Each Document "Project Record" in Neat Large Printed Letters. B. Record Information Concurrently With Construction Progress. 1. Do not conceal any Work until required information is recorded. C. Drawings: Legibly mark to record actual construction. 1. Depths of various elements of foundation in relation to finished first floor data. 2. Horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. 3. Location of internal utilities and appurtenances concealed in the construction referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by Field Order or by Change Order. 6. Details not on original Contract Drawings. 01700-3 D. Specifications and Addenda: Legibly mark each section to record. 1. Manufacture, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. 2.05 SUBMITTAL A. At Contract Closeout, Deliver Record Documents to Owner, and complete the 'Contractor's Affidavit on Closing Job'. B. Accompany Submittal with Transmittal Letter in Duplicate, Containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. title and number of each Record Document. 5. Signature of Contractor or his authorized representative. PART 3 - SPARE PARTS AND MAINTENANCE MATERIALS 3.01 GENERAL A. Provide spare parts, maintenance materials, and special tools as specified in the individual Specification sections. B. Store the Items in a Clean, Dry, Heated Storage Shed or Bonded Warehouse. C. Protect All Items from Damage During Storage. 3.02 DELIVERY TO OWNER A. At or prior to the time of the inspection for Substantial Completion deliver all required items to Owner at the place on the site designated by Owner. 1. Contractor and representatives of Owner shall inspect and inventory all items delivered. B. Submit to Owner a Detailed Invoice of All Items Delivered. 1. Organize invoice by Specification sections. 2. Indicate on invoice any items delivered that were damaged or defective. 3. Contractor and Owner's representatives shall sign invoice certifying that all items listed were delivered and that, unless otherwise noted on the invoice, all items were in good condition at the time of delivery to Owner. C. Owner will review notice for completeness and inform. Contractor promptly of any deficiencies therein. 01700-4 D. Contractor shall deliver all additional items identified by owner and replace and damaged and defective items noted on the original invoice before requesting final inspection. E. Invoices for additional and replacement items, signed by Contractor and Owner's representatives, shall be submitted. 3.03 PAYMENT A. No Certification of Substantial Completion will be issued by Owner until the required invoice is submitted for review. B. Final payment will not be made until all specified spare parts, maintenance materials, and special tools have been delivered to Owner in acceptable condition. END OF SECTION 01700-5 SECTION 01710 CLEANING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Intermediate and final cleaning of Work not including special cleaning of closed systems specified elsewhere. B. Related Sections include but are not necessary limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 STORAGE AND HANDLING A. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.03 SCHEDULING A. Schedule cleaning operation so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. PART 2 - PRODUCTS 2.01 MATERIALS A. Cleaning Agents: 1. Compatible with surface being cleaned. 2. New and uncontaminated. 3. For Manufactured Surfaces: Material recommended by manufacturer. PART 3 - EXECUTION 3.01 CLEANING - GENERAL A. Prevent accumulation of wastes that creates hazardous conditions. B. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 01710-1 C. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains or sewers. D. Dispose of degradable debris at an approved solid waste disposal site. E. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by Owner and regulatory agencies. F. Handle materials in a controlled manner with as few handlings as possible. G. Do not drop or throw materials from heights greater than 4 FT or less than 4 FT if conditions warrant greater care. H. On completion of work, leave area in a clean, natural looking condition. Remove all' signs of temporary construction and activities incidental to construction of required permanent Work. I. Do not burn on -site. 3.02 INTERIOR CLEANING A. Cleaning During Construction: 1. Keep work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. Control dust in work areas of existing facilities. a. Provide protection to existing electrical and mechanical equipment as required to eliminate detrimental effects due to construction. B. Final Clean: Complete immediately prior to Demonstration Period. 3.03 EXTERIOR (SITE) CLEANING A. Cleaning During Construction: 1. Construction debris: a. Confine in stategically located container(s): (1) Cover to prevent blowing by wind. (2) Haul from site as needed. b. Remove from work are to container daily. 2. Vegetation: Keep weeds and other vegetation trimmed to 3 IN maximum height. 3. Soils, sand, and gravel deposited on paved areas and walks: a. Remove as required to prevent muddy or dusty conditions. b. Do not flush into storm sewer system. B. Final Cleaning: 1. Remove trash and debris containers from site: 01710-2 a. Re -seed areas disturbed by location of trash and debris containers. 2. Clean paved roadways. 3.04 FIELD QUALITY CONTROL A. Immediately prior to Demonstration Period, conduct an inspection with Owner to verify condition of all work areas. END OF SECTION 01710-3 SECTION 02072 DEMOLITION, CUTTING AND PATCHING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Demolition, cutting and patching B. Related Sections include but are not necessary limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 QUALITY ASSURANCE A. Qualifications: Use only firms or individual trades qualified to perform work required under this Section. 1.03 SITE CONDITIONS A. Perform preliminary investigators as required to ascertain extent of work. Conditions which would be apparent by such investigation will not be allowed as cause for claims for extra costs. B. Contractor shall have full responsibility for any and all damages to existing facilities. C. Take any necessary photographs of existing facilities/construction to verify existing conditions. D. File a report to the Owner listing any existing damage prior to commencement of work. 1.05 SEQUENCING AND SCHEDULING A. Coordinate and reschedule work as required to preclude interference with other operations and maintain continuous uninterrupted operation of the existing facilities. 1.06 PERMITS A. Obtain and pay for all permits required by all authorities having jurisdiction and notify all involved utility companies. 02072-1 B. Obtain approval of authorities having jurisdiction for any work which affects access to or exit from such areas. Obtain approval of authorities for any temporary construction which affects such areas. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Nonshrink grout: a. Euco N/S by Euclid Chemical Co. b. Masterflow 713 by Master Builders. 2. Epoxy bonding adhesive: a. Euco No. 452 W by Euclid Chemical Co. b. Sikadur 32, Hi -Mod by Sika Corporation. 2.02 MATERIALS A. Temporary Partitions: 1. Plywood: 1/2 IN minimum CDX grade for interior or exterior use. 2. Paneling: 1/4 IN minimum for interior use. B. Nonshrink Grout: 1. Nonmetallic, noncorrosive and nonstaining. 2. Premixed with only water to be added in accordance with manufacturer's instructions at jobsite. 3. Grout to produce a positive but controlled expansion. Mass expansion not to be created by gas liberation or by other means. 4. Minimum compressive strength at 28 days to be 6500 psi. 5. Coat exposed edges of grout with a cure/seal compound recommended by grout manufacturer. C. Epoxy Bonding Adhesive: Two component, moisture insensitive adhesive manufactured for the purposes of bonding fresh concrete to hardened concrete. PART 3 - EXECUTION 3.01 PREPARATION A. Provide substantial barricades and safety lights as required. B. Provide temporary weather protection as necessary. 02072-2 3.02 INSTALLATION A. Cutting and Removal: 1. Remove existing work indicated to be removed, or as necessary for installation of new work. 2. Neatly cut an remove materials, and prepare all openings to receive new work. 3. Remove masonry or concrete in small sections. 4. Removal and salvage of any item of equipment shall include all accessories, piping, wiring, supports, electrical starters and devices, fixtures, baseplates and frames. 5. Existing underground and above -ground piping: a. Cut, remove, abandon, disconnect, and/or salvage as specified. b. Plug open ends of abandoned lines with minimum of 12 IN thick concrete. 6. Wherever equipment is demolished or removed, remove associated electrical conduit and piping. Cut off and remove related piping electrical and plug flush at wall, floor, or ceiling. B. Modification of Existing Concrete: 1. Where indicated, remove existing concrete and finish remaining surfaces: a. Protect remaining concrete from damage. b. Make openings by sawing through the existing concrete. c. Concrete may be broken out after initial saw cuts in the event concrete thickness prevents cutting through. d. Where sawing is not possible, make openings by drilling holes around perimeter of opening and then chipping out the concrete: (1) Holes shall be sufficient in number to prevent damage to remaining concrete. 2. Oversize required openings in existing concrete 1 IN on all sides and build back to required opening size by means of nonshrink grout epoxy bonded to the existing concrete. 3. Where oversized openings cannot be made, remove the concrete to the required opening size and cut back exposed reinforcing flush with concrete. C. Matching and Patching: 1. Walls, ceilings, floors or partitions: a. Repair abutting walls, ceilings, floors or partitions disturbed by removal. b. Match and patch existing construction disturbed during installation of new work. 2. Methods and materials: a. Similar in appearance, and equal in quality to adjacent areas for areas or surfaces being repaired. b. Subject to review of Owner. D. Salvaged Items: 1. Dispose of items or materials not designated for Owner's salvage or reuse. Promptly remove from site. 2. Do not store or sell Contractor salvaged items or materials on site. 02072-3 E. Clean Up: Transport debris and legally dispose of off site. END OF SECTION 02072-4 c SECTION 02223 EXCAVATION, GRADING AND SUBGRADE PREPARATION PART 1-GENERAL 1.01 SCOPE A. This section covers all excavation, filling, and grading in connection with paving the areas designated, including excavation, filling and grading for paving, curbs and gutters, transitions between curbs and property lines, slabs on grade, and other miscellaneous items in accordance with the typical cross section. Excavation, filling and grading shall conform to the lines and grades as established by the Contractor and approved by the Owner. Grade stakes will be set to the approved elevations by the Contractor. In establishing the grades, due allowances shall be made for existing improvements, proper drainage, adjoining property rights and good appearance. The Contractor shall furnish all materials, equipment, tools, labor, superintendence and incidentals necessary to complete the work in accordance with the drawings and as specified herein. 1.02 EXCAVATION A. General: Excavation will consist of removing all material (including vegetation, old pavement, curb and gutter, concrete patching, etc.) from areas where subgrade or finished grade is below existing ground. Suitable excavated material from cut areas may be disposed of in filling areas between the back of curb and property line, at ends of paving sections requiring fill to provide proper drainage, or the area being reconstructed, as directed by the Engineer. The material shall be deposited in uniform layers, and after completion of the excavation, all fill areas shall be bladed and graded to a uniform depth and appearance. Excess excavated material not required, or otherwise unsuitable, for making the fills mentioned above shall be disposed of by the Contractor, as directed by the Engineer, in approved waste areas. B. Existing Pavement, Curbs, Gutters, Sidewalks, Etc.: All existing pavement, concrete, culverts, trees, grass or other organic materials which are removed as excavation shall be classified as waste material and shall not be incorporated in fills unless specific direction to do so is given by the Engineer. Waste material shall be disposed of at Contractor's expense. C. Finishing: All excavation shall be to the lines and grades as established by the Contractor and approved by the Owner. Any excavation below such grade, and the consequent filling to the established grade, shall be done at the expense of the Contractor. Excavation between the project and property line, or other transition areas, shall be finished neatly. D. Damage to Existing Pavement, Curbs, Utilities, Etc.: Care shall be taken in all excavation work to avoid damage to existing pavement, curbs, electric cables, water lines, gas lines, manholes and other such installations. In case a change in the location of such installations is required, the Contractor shall notify the Owner immediately. It shall be the responsibility of the Contractor to give notification of commencement of work at least twenty-four (24) hours before actually starting excavation. PSC 1300-98 02223 - 1 FFA 97084 Should the installations mentioned above be damaged by the Contractor's forces or equipment, they shall be replaced or repaired, as directed, at the expense of the Contractor. 1.03 FILLING A. General: Fills shall be constructed to the lines and grades as shown on the plans or as established in the field, in approximately horizontal layers. Only suitable material, approved by the Owner, shall be placed as fill. The existing surface on which fill is to be placed shall be scarified to a depth of approximately three inches prior to the placement of any fill material, in order to bond the fill to the existing surface. Any unsuitable subgrade materials below the finished subgrade excavation shall be removed and replaced with suitable materials. Payment for removing and replacing such materials will be in accordance with the provision of the General Conditions under the heading of "Extra Work." B. Placing and Compacting: After the existing surface has been prepared, acceptable fill material shall be deposited in loose layers and then wetted and thoroughly mixed to uniform optimum moisture content. The material shall then be spread in a uniform optimum moisture content. The material shall then be spread in a uniform layer not exceeding six (6) inches and compacted with an approved pneumatic roller. Rolling shall commence at the sides and proceed to the middle, with each pass of the roller overlapping the preceding one by one-half the width of the roller, and shall continue until the material is thoroughly compacted. Additional water shall be added to maintain optimum conditions during the compaction, if required. If the material contains excess moisture from rain or other sources, rolling shall be deferred until optimum conditions are reached. Succeeding layers shall be placed in a like manner. If a "crust" has formed on any layer before the succeeding layer is placed, this surface shall be scarified before additional fill material is placed on it. Material in soft places which develop under compaction shall be removed and replaced with other, acceptable, material so that uniform density is obtained throughout the fill. Areas not accessible to rolling equipment shall be compacted by hand tamping or other approved methods to a density equal to that of the remainder of the work. The material shall be compacted to 95 % of maximum density, at optimum moisture, as determined by ASTM D 698 Method B. 1.04 SUBGRADE FINISHING A. The subgrade shall be finished accurately to the lines, grades and cross sections as shown on the plans or as established in the field. Subgrade in cut areas shall be brought to grade by blading or hand grading. The surface shall be compacted with an approved pneumatic roller followed by an approved three wheel roller until it presents a uniform compacted appearance. Subgrade in fill areas shall be compacted with an approved pneumatic roller. The final rolling of the last layer deposited shall be followed by blading and rolling with the three wheel roller as described above. The entire subgrade area shall be compacted to 95 % of maximum density, at optimum moisture, as determined by ASTM D 698. Areas inaccessible to rolling shall be compacted by other approved methods to produce the same compaction. Moisture shall be maintained in the material, by sprinkling as required, during this operation. PSC 1300-98 02223 - 2 FFA 97084 Warped sections and other irregularities in section as shown on the plans or established in the field, shall be accurately formed in the subgrade during the finishing operation. Subgrade shall be checked with a straightedge in both the lateral and longitudinal directions. A satisfactory straightedge shall be furnished by the Contractor if required. Variations of more than one-half (1 /2) inch from true grade or from true cross section shall be corrected by loosening, adding or removing material, reshaping and recompacting the area affected. "Blue tops" set to finished subgrade elevations shall be set in areas where the elevations cannot be checked as stated above. 1.05 ROLLING EQUIPMENT A. Pneumatic Rollers: Pneumatic rollers shall consist of not less than nine pneumatic -tired wheels, running on two axles in such a manner that the rear group of tires will not follow in the tracks of the forward group and shall be mounted in a rigid frame and provided with a loading platform or body suitable for ballast loading. The front axle shall rotate around a king pin so located so that the roller may be turned within a minimum circle. The roller, under working conditions, shall have an effective rolling width of approximately sixty (60) inches and shall give a minimum compression of three hundred twenty-five (325) pounds per inch of width of tire tread. The roller shall be of the self-propelled type. B. Three Wheel Roller: This roller shall be a three wheel self-propelled type, weighing not less than ten (10) tons and shall provide a compression on the rear wheels of not less than three hundred twenty-five (325) pounds per linear inch of width. The rear wheels shall be flat, shall have a diameter of not less than forty-eight (48) inches and shall have a width of not less than 20 inches. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION PSC 1300-98 02223 - 3 FFA 97084 SECTION 02510 ASPHALT CONCRETE PAVING PART 1 GENERAL 1.01 SUMMARY A. Related Documents: 1. The general provisions of the Contract, including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. B. Section Includes: 1. Flexible base course 2. Asphalt concrete paving. C. Related Sections: 1. Earthwork: Elsewhere in Division 2. 2. Portland cement concrete paving and flat work: Elsewhere in Division 2. 4. Saw cutting of existing pavement edges: Elsewhere in Division 2. 1.02 SYSTEM DESCRIPTION A. Construct flexible base course and asphalt concrete pavement in accordance with the materials, workmanship, and other applicable requirements of the following referenced standard: 1. "Texas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges, 1993. (TxDOT) a. Provisions for "method of measurement" and "basis of payment" as detailed in the above -named document shall not apply to this specification. References to Engineer will be taken to mean Owner's Representative. B. Furnish all materials, labor, equipment and incidentals necessary to mark and stripe parking spaces as indicated on the drawings. 1.03 SUBMITTALS A. Comply with requirements of the referenced standard for submittals. B. Material Certificates: 1. For each material, submit certification of compliance with requirements of the contract documents. 1.04 QUALITY ASSURANCE A. General: Work of this section shall be performed in the presence of the owner's representative. B. Testing and Inspection: 1. Perform testing and inspection in accordance with requirements of the referenced standard. PSC 1300-98 02510 - 1 FFA 97084 PART 2 PRODUCTS A. Provide materials as required or recommended for paving construction by the referenced standard, and as indicated on the drawings. 1. New flexible base: TxDOT Item 247, Type A, Grade 3. 2. Hot mix asphalt concrete: TxDOT Item 340, Type D. B. Prime Coat: MC-30 (ASTM D 2027), RC-30 or RC-70 (ASTM D 2028) C. Tack Coat: RC-70 or RC-270 (ASTM D 2028 or ASTM D 977) PART 3 EXECUTION 3.01 GENERAL A. Comply with cross sections, elevations, and grades indicated on the drawings. B. Examine, prepare, and install pavements in accordance with the contract documents and with applicable provisions of the referenced standard. 3.02 EXAMINATION A. Verification of Subgrade Conditions: 1. Verify that subgrade or base course is dry and in suitable condition to support paving and imposed loads. 2. Notify owner in writing of any unsatisfactory conditions. Do not begin subsequent pavement course installation until these conditions have been satisfactorily corrected. 3. Commencement of subsequent paving course work shall constitute acceptance of underlying subgrade or base course conditions. 3.03 PREPARATION A. General: Immediately before placing base course or asphalt concrete mix, remove all loose or deleterious material from surface over which pavement course will be placed. Ensure that subgrade is properly prepared to receive base course and base course is properly prepared before receiving asphalt paving. 3.04 INSTALLATION A. Techniques: 1. Placing base course: a. Spread finished mixture uniformly in lifts not to exceed six inches and compact. b. After compaction, finished surface shall not vary more than 3/8 inch when tested with a 10-foot straight edge. 2. Apply prime coat at 0.30 gallons per square yard to finished base surface. 3. Apply tack coat to surface of base course and concrete or asphalt surfaces which will contact asphalt concrete. 4. Placing asphalt concrete: a. Place asphalt concrete mix on prepared base and strike off. Place inaccessible and small areas using hand tools. PSC 1300-98 02510 - 2 FFA 97084 b. Before rolling operations begin, check surface using template and straightedge, and correct irregularities. 5. Joints: a. General: Construct joints to form continuous bond between adjoining portions of work. Ensure that texture and density of pavement are continuous across the joint. Surface across joint shall form smooth, uninterrupted plane and shall not pond water. 6. Rolling: a. Start rolling operation as soon as hot mix will bear weight of roller and can be compacted without unacceptable displacement of material. b. Comply with roller manufacturer's recommended rolling speed, but in no case exceed 3 miles per hour. C. Avoid sharp turns and abrupt starts and stops. d. Compact mixture in areas inaccessible to rollers using hot hand tampers or vibrating plate compactors. e. Breakdown rolling: 1. If grade is not absolutely level, begin breakdown rolling on low side of spread. Progress toward high side. 2. Examine surface immediately after breakdown rolling. Repair as necessary by loosening material in defective areas and filling with hot material. f. Second (intermediate) rolling: 1. Execute second rolling as soon as possible after breakdown rolling, while mixture is still hot enough to achieve maximum density. 2. Continue repeating the pattern until mixture has been compacted thoroughly. g. Finish rolling: 1. Execute finish rolling while mixture is sufficiently warm to allow removal of roller marks. 2. Continue rolling operation until maximum density is achieved and roller marks are entirely eradicated. 7. Patching asphalt concrete: a. Remove paved areas which are contaminated with foreign materials or which are defective in any way. Replace removed material with fresh, hot mix. Compact by rolling until maximum density and smoothness are achieved and there is no detectable variation between patch and adjacent paving. 8. Restriction of traffic: a. Upon completion of rolling operations, do not permit vehicular traffic on pavement until it has cooled and hardened sufficiently. b. Erect clearly -visible barricades and take other measures as required to protect pavement. END OF SECTION PSC 1300-98 02510 - 3 FFA 97084 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING AND FLATWORK PARTI. GENERAL 1.01 SUMMARY A. Related Documents: 1. The general provisions of the Contract, including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. B. Section Includes: 1. Formwork for pavements. 2. Formwork accessories. 3. Form stripping. 4. Reinforcing steel for pavements. 5. Concrete curing. 6. Concrete pavement. 7. Concrete equipment pads. 1.02 SUBMITTALS 1.03 QUALITY ASSURANCE A. Testing Agency Services: 1. Owner will engage testing agency to conduct tests and perform other services specified for quality control during construction. PART 2 PRODUCTS 2.01 FORMWORK A. Slab Forms: Metal or wood; one piece; depth equal to slab thickness. 2.02 REINFORCING MATERIALS A. Reinforcing Bars: Provide deformed bars complying with the following, except where otherwise indicated: 1. ASTM A 615, Grade 60. B. Welded Wire Fabric: ASTM A 185, cold -drawn steel, plain. C. Reinforcing Accessories: 1. Tie wire: Black annealed type, 16-1/2 gage or heavier. 2. Supports: Bar supports conforming to specifications of CRSI "Manual of Standard Practice." PSC 1300-98 02520 - 1 FFA 97084 D. Load Transfer Devices: 1. Dowels: Plain round bars. Provide corrosion inhibitor on unbonded end. a. Metal expansion caps: Designed to provide not less than 1 inch of bar movement. 2.03 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, and as follows: 1. Type I, except where other type is specifically permitted or required. B. Water: Potable. C. Aggregates: 1. Normal weight concrete: ASTM C 33. D. Air -Entraining Admixture: ASTM C 260 and certified by manufacturer for compatibility with other mix components. E. Water -Reducing Admixture: ASTM C 494, Type A. F. High -Range Water -Reducing Admixture (Superplasticizer): ASTM C 494, Type F or G. 2.04 MISCELLANEOUS MATERIALS AND ACCESSORIES A. Nonshrink Grout: ASTM C 1107. 1. Type: Provide either metallic or nonmetallic type, as appropriate to conditions and as recommended by manufacturer. B. Burlap: AASHTO M 182, Class 2 jute or kenaf cloth. C. Moisture -Retaining Cover: ASTM C 171, and as follows: 1. Curing paper. 2. Polyethylene film. 3. White burlap -polyethylene sheeting. D. Liquid Curing Compounds: 1. Curing compounds: Liquid membrane -forming curing compounds complying with ASTM C 309, Type 1. 2. Curing compounds: Liquid membrane -forming curing compounds complying with ASTM C 309, Type 1, Class B. E. Expansion Joint Filler: 1. Nonextruding bituminous type: ASTM D 1751. 2.05 CONCRETE MIX DESIGN A. Specified compressive strength f'(c) at 28 days: 4000 psi. B. Admixtures: 1. Air -entraining admixture: Add at rate to achieve total air content between 3 percent and 6 percent for concrete which will not be exposed to exterior conditions. 2. Water -reducing admixture: Add as required for placement and workability. 3. High -range water -reducing admixture (superplasticizer): Add as required for placement and workability. 4. Do not use admixtures not specified or approved. PSC 1300-98 02520 - 2 FFA 97084 PART 3 EXECUTION 3.01 CONCRETE FORM PREPARATION A. General: Comply with requirements of ACI 301 for formwork, and as herein specified. The contractor is responsible for design, engineering, and construction of formwork, and for its timely removal. 3.02 CONNECTION TO EXISTING CONCRETE A. Preparation: At locations where new concrete is to join existing concrete, prepare existing surface by cleaning with wire brush and applying bonding compound in accordance with manufacturer's instructions. 3.03 PLACING REINFORCEMENT A. General: Comply with requirements of ACI 301 and as herein specified. B. Preparation: Clean reinforcement of loose rust and mill scale, soil, and other materials which adversely affect bond with concrete. C. Welding: Welding of reinforcement is not permitted. 3.04 JOINT CONSTRUCTION A. General: Provide joints of the types and in the locations shown on the drawings. 1. Construct joints in adjacent panels in precise alignment. Do not offset joints. 2. Tool slab edges and formed joints with 1/8-inch radius jointing tool. B. Expansion Joints: 1. Provide positive, firm support of filler during placement of concrete to ensure accurate alignment. 2. Install expansion joint filler to the full concrete depth. 3. Recess top edge of filler to the depth indicated to accommodate joint sealant. Protect top edge of filler with removable metal channel while concrete is being placed, or provide filler with removable portion of the required depth. 4. Recess top edge of filler 1/8 inch where joints are unsealed. 5. Where dowels are used, punch or drill filler to exact dowel diameter, spacing, and depth. C. Load Transfer Devices: 1. Apply a thin brush coat of approved lubricant to free end of dowels immediately before concrete placement. 2. Place at right angles to joints, in precise horizontal and vertical alignment and spacing, and firmly supported against movement during placing of concrete. D. Sawn Contraction Joints: 1. Use only wet saws of an approved type. 2. Time sawing to occur before cracking occurs but after concrete has hardened sufficiently to avoid rough joint surfaces. 3. Saw to one-fourth of slab depth. PSC 1300-98 02520 - 3 FFA 97084 4. Saw joint sealant reservoir to the configuration shown. 5. Extend saw cut to full width of concrete section, including adjacent curbs and gutters, if any. 3.05 CONCRETE PLACEMENT A. Inspection: Before beginning concrete placement, inspect formwork, reinforcing steel, and items to be embedded, verifying that all such work has been completed. B. Placement - General: Comply with requirements of ACI 304 and as follows: 1. Schedule continuous placement of concrete to prevent the formation of cold joints. 2. If a section cannot be placed continuously, provide keyed construction joints with tie bars of size and spacing as approved by the owner. 3. Deposit concrete as close as possible to its final location, to avoid segregation. C. Slab Placement: Schedule continuous placement and consolidation of concrete within planned construction joints. 1. Thoroughly consolidate concrete without displacing reinforcement or embedded items, using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable to architect. 3.06 FINISHING PAVEMENTS A. Finishing Operations - General: 1. Do not directly apply water to slab surface or dust with cement. 2. Use hand or powered equipment only as recommended in ACI 302.1R. 3. Screeding: Strikeoff to required grade and within surface tolerances indicated. Verify conformance to surface tolerances. Correct deficiencies while concrete is still plastic. 4. Bull Floating: Immediately following screeding, bull float or darby before bleed water appears to eliminate ridges, fill in voids, and embed coarse aggregate. Recheck and correct surface tolerances. 5. Final floating: Float to embed coarse aggregate, to eliminate ridges, to compact concrete, to consolidate mortar at surface, and to achieve uniform, sandy texture. Recheck and correct surface tolerances. 6. Troweling: Trowel immediately following final floating. Apply first troweling with power trowel except in confined areas, and apply subsequent trowelings with hand trowels. Wait between trowelings to allow concrete to harden. Do not overtrowel. Begin final troweling when surface produces a ringing sound as trowel is moved over it. Consolidate concrete surface by final troweling operation. Completed surface shall be free of trowel marks, uniform in texture and appearance, and within surface tolerance specified. B. Broomed Float Finish: After floating and when water sheen has practically disappeared, apply uniform transverse corrugations approximately 1/16 inch deep, without tearing surface. Apply to drives and equipment pads outside footprint of equipment provided. C. Trowel Finish: As specified above. Apply to equipment pads within footprint of equipment provided. D. Slab Surface Tolerances: 1. Achieve flat, level planes except where grades are indicated. Slope uniformly to drains. PSC 1300-98 02520 - 4 FFA 97084 2. Flatness tolerance: Maximum depression between high spots when measured by placing a 10-foot straightedge on surface at any orientation: 1/4 inch. 3.07 CONCRETE CURING AND PROTECTION A. General: 1. Prevent premature drying of freshly placed concrete, and protect from excessively cold or hot temperatures until concrete has cured. 2. Provide curing of concrete by one of the methods listed and as appropriate to service conditions and type of applied finish in each case. B. Curing Period: 1. Not less than 7 days for standard cements and mixes. C. Surfaces Not in Contact with Forms: 1. Start initial curing as soon as free water has disappeared, but before surface is dry. 2. Keep continuously moist for not less than 24 hours by uninterrupted use of any of the following: a. Water ponding. b. Water -saturated sand. C. Water -fog spray. d. Saturated burlap: Provide 4-inch minimum overlap at joints. 3. Begin final curing procedures immediately following initial curing and before concrete has dried. Acceptable curing methods: a. Water ponding. b. Water -saturated sand. C. Water -fog spray. d. Saturated burlap: Provide 4-inch minimum overlap at joints. e. Moisture -retaining sheet. f. Liquid curing compounds. 4. Continue final curing to end of curing period. D. Avoid rapid drying at end of curing period. 3.08 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Composite Sampling, and Making and Curing of Specimens: ASTM C 172 and ASTM C 31. B. Slump: ASTM C 143. One test per batch. 1. Modify sampling to comply with ASTM C 94. C. Air Content of Normal Weight Concrete: ASTM C 173 or ASTM C 231. One test per strength test performed on air -entrained concrete. D. Compressive Strength Tests: ASTM C 39. 1. Testing for acceptance of potential strength of as -delivered concrete: a. Obtain samples on a statistically sound, random basis. b. Minimum frequency: 1. One set per 100 cubic yards or fraction thereof for each day's pour of each concrete class. 2. One set per 3500 square feet of slab area or fraction thereof for each day's pour of each concrete class. END OF SECTION PSC 1300-98 02520 - 5 FFA 97084 SECTION 02830 FENCING PART 1 GENERAL 1.01 SECTION INCLUDES The work covered by this section of the specifications includes all fencing required for this project. The Contractor shall furnish all materials necessary to accomplish this construction in accordance with the drawings and these specifications. 1.02 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Submittals PART 2 PRODUCTS 2.01 WIRE FABRIC The chain link fabric shall conform to the applicable requirements of Federal Specification RR-F-191/lA, as modified herein, for Type I (zinc -coated steel). Zinc coating shall have a minimum weight of 2.0 ounces per square foot of uncoated wire surface. The fabric shall be 72 inches high except where otherwise shown on the drawings, and shall be No. 9 gauge with 2-inch mesh. The fabric shall be twisted and barbed at the top and bottom selvage. 2.02 BARBED WIRE All barbed wire shall conform to the applicable requirements of Federal Specification RR-F-191/1 A, (zinc -coated steel). Barbed wire shall be 3-strand twisted No. 12% gauge wire with 4-point barbs of No. 14 gauge spaced 4 to 6 inches apart. Zinc coating shall have a minimum weight of 0.80 oz. per square foot of wire surface on No. 12 %z gauge wire and 0.60 oz. per square foot on the No. 14 gauge barbs. Three strands of barbed wire on 45-degree support arms are required for chain link fencing. 2.03 POSTS TOP RAILS AND BRACES Posts, top rails and braces shall be zinc -coated steel and shall conform to all applicable requirements of Federal Specification RR-F-191/3A as modified herein. Chain -link fence posts, top rails and braces shall be of the following types and classes as specified: Type I - Posts Class 1 - Steel Pipe PSC 1300-98 02830 - 1 FFA 97084 Type H - Top Rails Class 1 - Steel Pipe Type III - Braces Class 1 - Steel Pipe End, corner and pull posts shall be as specified in Federal Specification RR-F-191/3A except all such posts for 6 foot fabric shall be 2.875" O.D. pipe, 5.79 lbs. per foot, or 2.5" square, 5.7 lbs. per foot, or formed steel 3.5" by 3.5", 5.10 lbs per foot. Intermediate line posts for 6 foot fabric shall be 2.375" O.D. pipe, 3.65 lbs. per foot, or H-section weighing at least 4.10 lbs. per foot or formed steel heavy "C" section, 2.25" by 1.70 ", 2.641bs. per foot (45,000 psi yield). Steel pipe used for top rails and braces shall be 1.660" O.D. or larger and shall weigh not less than 1.806 lbs. per foot, or formed steel "C" section 1.625" by 1.25", weight not less than 1.35 lbs. per foot. Weight of the zinc -coating shall be not less than 1.8 oz. per square foot. 2.04 CHAIN LINK CANTILEVER SLIDE GATE Cantilever slide gate shall conform with ASTM F 1184, Type II, Class 1 or 2. Safety guide posts and roller guards shall be supplied for external rollers. 2.05 CHAIN -LINK FENCE ACCESSORIES The following chain -link fence accessories shall be furnished and installed: Item 1 - Caps 2 - Rail and Brace Ends 3 - Rail Sleeves 4 - Wire Ties and Clips 5 - Brace Bands 6 - Tension Bands 7 - Tension Bars Item 8 - Tension Wire 9 - Truss Rods 10 - Barbed Wire 11 - Barbed Wire Support Arms 12 - Miscellaneous All accessories shall be in accordance with Federal Specification RR-FF-191/4A unless otherwise specified or shown on the drawings. Tension wire (No. 7 gauge) is required at the top and bottom of all fencing. 2.06 CEDAR FENCE Line posts, end posts and corner posts shall be of steel pipe, Class 1, Grade A as specified in Federal Specification RR-F-191/3. Rails and Pickets shall be Western Red Cedar species. Pickets shall be "dog-ear" boards with a flat top and notched sides. Nails shall be hot dipped, galvanized nails with ring or spiral shanks and diamond point end. Gate hardware shall be similar in appearance to existing hardware. 2.07 CONCRETE Concrete around posts shall be adequate to maintain the posts truly plumb under the stresses imposed and shall have a 28-day compressive strength of not less than 2,500 psi. PSC 1300-98 02830 - 2 FFA 97084 PART 3 EXECUTION 3.01 GENERAL The fence shall be constructed as specified herein, and all work shall be performed in a workmanlike manner satisfactory to the Engineer. The finished fence shall be plumb, taut, true to line and ground contour, and complete in every detail. 3.02 CLEARING FENCE LINE The site of the fence shall be sufficiently cleared of obstructions, and surface irregularities shall be graded so that the fence will conform to the general contour of the ground. The fence line shall be cleared to a minimum width of 2 feet on each side of the centerline of the fence. This clearing shall consist of the removal of all stumps, brush, rocks, trees or other obstructions which will interfere with proper construction of the fence. Stumps within the cleared area of the fence line shall be grubbed or excavated. The bottom of the fence shall be placed a uniform distance of 1 1/2-inches above the ground. The work shall include the handling and disposal of all material cleared, excavated or removed, regardless of the type, character, composition or condition of such material encountered. 3.03 INSTALLING POSTS All posts shall be spaced not more than 10 feet apart for chain link fencing and not more than 9 feet apart for wood fencing. Terminal (end, corner, pull and brace) and gate posts shall be set in 38 inch concrete bases. All line posts shall be set in 36 inch concrete bases. The tops of the concrete bases shall be slightly above grade, trowel finished, and sloped to drain away from the posts. Holes of full depth and size for the concrete bases for posts shall be dug to the size and depth as specified. All post settings shall be done carefully so that all posts shall be vertical and in true alignment and rigidly secured in position. Diameter of the holes shall be not less than 9 inches nor 3 times the diameter of the post. On terminal (end, corner, pull and brace) and gate posts, the post tops and brace rail clamps around the posts shall be placed before setting the posts in concrete bases. In setting the gate posts, great care must be taken to make sure that gate posts are set the exact distance apart as required by the gates furnished. A line drawn across from the top of one gate post to the other must be level, regardless of the grade at the ground line. If the ground is not level, the upgrade gate post shall be set first to get the proper height for the downgrade gate post. The concrete bases for end, corner, pull, brace and gate posts shall be placed first and allowed to cure for 14 days. The concrete bases for line posts shall be allowed to cure for 7 days. Stretcher bar bands and truss bands as specified shall be spread and slipped on end, corner, pull, brace and gate posts as the next operation. Post tops are then inserted on all posts. No extra compensation shall be made for rock excavation. Rock excavation shall not be grounds for extension of time. 3.04 INSTALLING TOP RAILS To start the installation, a length of top rail shall be run through the first couple of post tops; a rail clamp shall be assembled on the end, corner or gate post, as the case may be. The end of PSC 1300-98 02830 - 3 FFA 97084 the rail already placed shall be butted into the clamp and fastened. The top rail shall be installed along the run of the fence and the various sections joined with sleeve couplings. At not more than every 100 feet an expansion coupling shall be placed to take care of expansion and contraction of the rail. The rail shall be clamped in the end, corner or gate post at the end of the run of the installation of top rail. 3.05 INSTALLING BRACES All horizontal braces shall be attached together with truss rods at all terminal (end, corner and pull) and gate posts to the brace posts. 3.06 CORNER POSTS Corner posts shall be placed at each horizontal angle point. Corner posts shall have braces and truss rods as specified. 3.07 INSTALLING FABRIC The fabric shall be unrolled on the outside of the fence line with the bottom edge of the fabric against the posts. The various rolls shall be spliced by bringing the ends close together and weaving in a picket in such a way that it will engage both of the roll ends and catch with each twist each separate mesh of the end pickets of both rolls of fabric. The fabric shall be raised and tied loosely to the top rail with a temporary tie wire at intervals of about 20 feet. The fabric shall be installed by a method approved by the Engineer. One method used is given below. A. At end, corner or gate posts, the stretcher bar shall be slipped through the end picket of the fabric and the stretcher bar bands at the same time. Then the bolts in the stretcher bar bands shall be tightened. Additional rolls of fabric shall be spliced and placed as the erection progresses along the fence. B. In long sections, the fence shall be stretched at intervals of about 100 feet. After the stretching is complete, the fabric shall be tied to the top rails with No. 9 gauge galvanized wire clips securely clinched at the back of the rail. The fastenings shall be spaced not more than 24 inches on centers for the top rail. C. The fabric shall be attached to the line posts with No. 9 gauge galvanized wire clips securely clinched to the back of the line posts. The fastenings shall be spaced not more than 14 inches on centers for line posts. The topmost clip shall be placed on the line posts as near the top of the fabric as possible and the lowest clip as near the bottom of the fabric as possible. D. At terminal (end, corner and pull) and gate posts the fabric shall be fastened with stretcher bars and bands. The fastenings shall be spaced not more than 14 inches on centers for terminal (end, corner and pull) and gate posts. The topmost band shall be placed on these posts as near the top of the fabric as possible and the lowest band as near the bottom of the fabric as possible. END OF SECTION PSC 1300-98 02830 - 4 FFA 97084 SECTION 10400 IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Identification, stenciling, and tagging of electrical equipment, including hazard and safety signs. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. A13.1, Scheme for Identification of Piping Systems. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Identification register listing all items to be identified, type of identification system to be used, lettering, location and color. c. Catalog information for all tagging systems. d. Updated, complete, identification register with nonconflicting numerical assignments submitted prior to project acceptance. PART 2- PRODUCTS 2.01 MANUFACTURED UNITS A. Metal Tags (Type A): 1. Approved manufacturers: a. W H Brady Co., Catalog 5-10, #23210 (1-1/2 IN Brass), #23211 (2 IN brass), 413-906 (2 IN aluminum). b. National Band and Tag Col, Catalog 862, Style 81 or Style 93. 10400-1 c. Carlton Industries, Inc., #8813 or #8814 (aluminum), #BT-220 or #BT-230 (brass). 2. Material: Brass or aluminum, optional, except where specified. 3. Size: a. 1-1/2 IN DIA for one line of text, 2 IN DIA for two lines. b. Brass: 0.04IN. c. Aluminum: 0.04IN. d. Legend: Stamped and filled. B. Fiberglass Reinforced Plastic Tags (Type B): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, 4B-120. b. Or approved equal. 2. Material: Fiberglass reinforced plastic. 3. Size: Approximately 2 x 2 IN. 4. Legend: Preprinted and permanently embedded. C. Laminated Plastic Tags (Type C): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-911. b. Or approved equal. 2. Material: Polyester laminate. 3. Size: Approximately 2 x 2 IN. 4. Legend: Preprinted and permanently embedded. D. Fiberglass Reinforced Plastic Signs (Type D): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-120. b. Or approved equal. 2. Material: Fiberglass reinforced plastic. 3. Size: a. Surface: As scheduled. b. Thickness: 0.10IN. 4. Fabrication: a. Rounded corners. b. Drilled holes in corners with grommets. 5. Legend: Preprinted and permanently embedded. E. Phenolic Name Plates (Type E): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-1. b. Or approved equal. 2. Material: Phenolic. 3. Size: a. Surface: As required for text. 10400-2 b. Thickness: 1/16IN. 4. Fabrication: a. Three layers laminated. b. Legend engraved through top lamination into center lamination. c. Drilled holes with grommets for mounting. F. Pressure Sensitive Vinyl Cloth Markers (Type F): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-946. b. Or approved equal. 2. Material: Self -sticking vinyl. 3. Size: a. Surface: As required for text. G. Underground Alarming Tape (Type G): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #91296. b. Or approved equal. 2. Material: Polyethylene. 3. Thickness: 3.5 mils. 4. Tensile strength: 1750 psi. 5. Size: 6 IN wide (minimum). 6. Legend: Preprinted and permanently embedded. a. Message continuous printed. H. Stenciling System (Type H): 1. Materials a. Exterior type stenciling enamel. b. Black or white for best contrast. c. Either brushing grade or pressurized spray can form and grade. I. Substitutions: Submit requests for substitutions in accordance with Specification. J. Acceptable Manufacturers and Catalog Numbers: Products listed above by manufacturer and catalog number are approved, subject to compliance with Contract Documents. 2.02 ACCESSORIES A. Fasteners: 1. Bead chain: #6 brass or stainless steel (BC). 2. Plastic strap: Nylon, urethane or polypropylene (PS). 3. Screws: Self -tapping, stainless (screws). 4. Grommets: Stainless steel. 5. Anchor for brass tag: See paragraph 2.01 A.5. 6. Adhesive, solvent activated. 10400-3 2.03 EXTRA MATERIALS A. Furnish minimum of 5 percent extra stock of each identification material required, including tags (not less than 3). B. Where stenciled markers are provided, clean and retain stencils after completion and include in extra stock, along with required stock of paints and applicators. PART 3 - EXECUTION 3.01 INSTALLATION A. Install tagging, stenciling, and identification items at required locations. B. Attach tags to equipment with sufficient surface or body area with solvent activated adhesive applied to back of each tag. C. Attach tags with 1/8 IN round or flat head screws to equipment without sufficient surface or body area, or porous surfaces. Where attachment with screws should not or cannot penetrate substrate, attach with plastic strap. D. Single items of equipment enclosed in a housing or compartment to be tagged on outside of housing. Several items of equipment mounted in housing to be individually tagged inside the compartment. E. For electrical trenches with duct banks or directly buried cable, install underground hazard tape 6 IN below finished grade where conduit or duct bank is 12 IN or more below finished grade, and 3 IN below finished grade where conduit or duct bank is less than 12 IN below finished grade. 3.02 SCHEDULE A. Identify, tag, or stencil the items shown in the following schedule: ITEM ID TYPE FASTENER 1. Enclosures for electrical, D Screws mechanical, and I &C equipment, e.g., motor control centers, panelboards, switchboards, safety switches, control panel, PLC's, etc., that have a name and number as shown on the Contract Drawings. 10400-4 2. 3 a. Legend: Name and number of enclosure as indicated on the Contract Drawings. b. Size: As required by legend. c. Letters: 1 IN black letters on white background. Panel -mounted controllers: a. Controller faceplate: - Legend: Instrument tag number, process variable; variable units. - Size: As required by legend. -Letters: 1/4 IN high letters. White letters with black background. b. Controller case (visible from panel back): - Legend: Instrument tag number. - Size: As required by legend. -Letters: 1/4 IN high letters. White letters with black background. Nameplate for elements or components within or surface mounted on enclosures for electrical, mechanical, and I&C equipment including switches, instruments, etc: a. Legend: Name and number of each element or component as indicated on the Contract Drawings. b. Size: As required by legend. c. Letters: 1/2 IN high letters for element or component names and 1/4 IN high letters for element or component number. White letters with black background. E Screws or Adhesive E Screws 10400-5 4. Electrical wiring and cables F Self carrying 600 V or less: a. Legend: Wire or cable number as shown on Contract Drawings, on each end of each wire or cable. b. Size: As required by legend. c. Letters: Minimum 1/4 IN high yellow letters on standard background. 5. Electrical wires and cables B or C PS carrying over 600 V: a. Legend: Name of wire or cable and circuit designation. Phase designation A, B, C. Multiple conductor circuits designated Al, A2, A3, B 1, etc., so each cable has unique designation. Also, brief name of circuit designation. Mark each end of each wire or cable. b. Size: 20 IN minimum. c. Letters: 1/4 IN high black letters on yellow background. 6. Electrical conduit carrying F Self over 600 V: a. Legend: Word "DANGER" followed by voltage from feeder and name and number of item being fed from feeder. Mark each end of conduit. b. Size: As required by legend. c. Letters: 1/2 IN high black letters on orange background. d. Interval: 7. Electrical panelboards with F Self 120 V or more: a. Legend: b. Size: c. Letters: 10400-6 8. Electrical trenches with duct G N/A banks or directly buried conduit: a. Legend: CAUTION CAUTION CAUTION (1st line), BURIED ELECTRIC LINE (2nd line). b. Letters: 1-1/4 IN minimum. c. Interval: Continuous. d. Color: Red with black letters. 9. Trenches with direct buried or G N/A conduit encased telephone lines: a. Legend: CAUTION CAUTION CAUTION (1st line), BURIED TELEPHONE LINE (2nd line). b. Letters: 1-1/4 IN minimum. c. Internal: Continuous. d. Color: Orange with black letters. END OF SECTION 10400-7 SECTION 16010 RACEWAYS AND FITTINGS PART 1 - GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit manufacturer's data on all materials. 1.03 SCOPE A. The work shall include furnishing and installing all rigid steel and flexible metallic conduit, intermediate metallic conduit, polyvinyl chloride conduit, wireways, pull and junction boxes and outlet boxes, together with all supporting devices and other accessories required. PART 2 - PRODUCTS 2.01 UNDERGROUND DUCTS A. Plastic electrical conduits and fittings, in strict accordance with the requirements of Western Underground Model Specification No. 3.1, PLASTIC CONDUIT AND FITTINGS. Conduits shall be Type EB for encased burial. Material shall be virgin polyvinyl chloride (PVC). Conduits shall be Carlon or equivalent. 2.02 CONDUITS A. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy or Allied. B. Liquidtight Flexible Metal Conduit: Spirally wound, galvanized steel strips, as for flexible metal conduit; with polyvinyl chloride cover extruded over the exterior to make conduit liquidtight; UL listed; Electri-flex type "LA" or equivalent. 97083 16010-1 2.03 CONDUIT FITTINGS A. Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded couplings; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. B. Couplings and Terminations for Intermediate Metal Conduit: Same as for rigid steel conduit. C. Couplings and Terminations for Liquidtight Flexible Metal Conduit: T & B 5271 Series adapters at connections between flexible and rigid conduit; T & B 5331 Series nylon insulated throat, steel connectors at box or cabinet terminations. 2.04 WIREWAYS A. Interior Use: UL listed; enamel finished; sizes shown or required; screw covers; complete with all fittings, couplings, hangers and accessories; Square D, General Electric, or equivalent. B. Exterior Use: UL listed; enamel finished; sizes shown or required; removable front cover which is gasketed; weatherproof rainhood. 2.05 OUTLET BOXES A. UL listed of sizes and types specified. B. Sheet Steel Boxes: Sheet steel not lighter than No. 14 gauge, galvanized after fabrication; Raco, Steel City or Appleton. C. Cast Metal Boxes: Cast iron or cast alloy with threaded hubs; Crouse -Hinds, Appleton or Pyle National. 2.06 PULL BOXES AND JUNCTION BOXES A. Sheet steel, galvanized inside and outside, with galvanized covers. B. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. C. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboard cabinets with covers of same gauge as boxes, secured with corrosion resistant bolts or screws. 97083 16010-2 PART 3 - EXECUTION 3.01 EXCAVATION A. Perform all excavation work required in connection with the installation of the work under this Division. After the electrical work has been installed, tested and approved, backfill all excavations with suitable material under the direction of the Architect. Include the cutting of all sidewalks, streets and other pavement and repairing the openings in them to return to the surface to approximately its original condition. B. Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division. C. During excavation, stack material suitable for backfilling in an orderly manner a sufficient distance from the banks of the trenches to prevent slides or cave-ins. Remove all excavated material not required or suitable for backfill, or waste as directed. Control grading to prevent surface water from flowing into excavations and remove any water accumulating therein by pumping. D. Use open cut grading and make trenches of the necessary width for proper installation of the lines with banks as nearly vertical as possible. E. Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length. F. Except at locations where excavation of rock from the bottoms of trenches is required, take care not to excavate below the depths required. Where rock excavation is required, remove the rock to a minimum overdepth of 4 inches below the trench depths specified. Backfill the overdepth rock excavation and all excess trench excavation to the proper level with 3/4 inch crushed rock or the equivalent in coarse gravel prior to the installation of conduit or ducts. Whenever wet or otherwise unstable soil that is incapable of properly supporting conduits or ducts is encountered in the trench bottom, remove such soil to a depth required and backfill the trench to trench bottom grade with 3/4 inch crushed rock or coarse gravel or other suitable material. 3.02 BACKFILLING A. Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale or other approved material free from large clods of earth or stone, deposited in thoroughly and carefully rammed 6-inch layers. Do not use blasted rock, broken concrete or pavement, or large boulders as backfilling material. Settling the backfill with water will be permissible and will be a requirement when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compaction, then refill, mound over and smooth off. 97083 16010-3 B. Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to a density of not less than 95% Standard Proctor in such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing value and permit paving of the area immediately after backfilling is completed. Along all other portions of the trenches, grade the ground to a reasonable uniformity and leave the mounding over the trenches in a uniform and neat condition. 3.03 OPENING AND CLOSING PAVEMENT A. Where excavation requires the opening of existing walks, streets, drives or other existing pavement, including "black topping," cut the pavement as required. Hold the size of the cut to a minimum consistent with the work to be accomplished. After the installation of the new work is completed and the excavation has been backfilled, patch the paving using materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly bond with them. 3.04 INSTALLATION OF UNDERGROUND DUCTS A. Use plastic electrical ducts, installed with concrete encasement, with a minimum of 3" of concrete between ducts and earth, and with 3 inches of concrete between adjacent ducts. Provide at least 30 inches of cover from top of concrete encasement to finished grade. Install with uniform slope for drainage, with no low pockets to collect water. B. Build up duct banks completely in the trench before any concrete is poured, using factory -fabricated plastic conduit spacers in staggered configuration to provide the proper horizontal and vertical spacings, and securing the entire assembly with heavy twine or cord to insure rigidity during pouring. Do not use metal for this purpose. Assemble conduits with staggered adjacent couplings so that no two couplings will lie in the same transverse plane, in a vertical direction. Use solvent cement as directed by the duct manufacturer in making up all joints. C. Fabricate duct runs with standard factory -made fittings, elbows and accessories. Make all changes of direction, horizontal or vertical, with long sweep bends having a minimum radius of 25 feet, except that manufactured bends at or near the ends of the runs may be used on short runs of 100 feet or less. Make long sweep bends with one or more curved or straight sections of duct. Manufactured bends, where permitted, shall have a minimum radius of 10 times the nominal duct diameter. Where manufactured ducts of greater than a 30 degree angle are required, use rigid hot dipped galvanized steel conduit bends. During construction, protect partially completed duct lines from entrance of dirt and debris by means of suitable factory -made duct plugs. After completion of installation, seal all ends of spare ducts with factory made duct plugs. D. Where ducts enter in or under buildings, or turn up through equipment pads, change from plastic duct to rigid galvanized steel conduit below grade outside the structure, using suitable factory adapters. At the point of change of materials, extend the concrete envelope 97083 16010-4 to enclose at least 2 feet of steel conduit. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. E. Install the concrete envelope for a given duct run in one pour where possible. Use concrete of 3000 psi compressive strength. In pouring concrete, do not allow heavy masses of concrete to fall on ducts. Direct flow of concrete down sides of assembly to bottom, forcing it to flow to center of bank and then to rise up in middle, filling all spaces uniformly. Spade concrete liberally and carefully with a long, flat slicing bar between vertical rows to eliminate voids. Weight or brace the duct bank assembly if necessary, to prevent the assembly from floating. Because of the fact that plastic conduits may expand considerably during construction, each run and its concrete envelope shall be installed starting at one end and proceeding toward the other with any necessary adjustments to length being made at the end toward which the work is progressing. F. After ducts are installed, complete with envelope, and before pulling any cable, pull a mandrel through every duct to check for alignment and clear passage. Use an iron -shod mandrel with a diameter of 1/4 inch less than the nominal size of the duct and a length equal to the duct diameter. Mandrel shall have a leather or rubber gasket slightly larger than the duct hole. After testing the ducts with the mandrel, pull a stiff -bristled brush through each duct until it is clear of all particles of earth, sand or gravel; then install duct plugs immediately. 3.05 INSTALLATION OF UNDERGROUND STEEL CONDUIT A. All steel conduit in earth shall be rigid galvanized steel conduit. Wrap such conduit with 3M Company 0.020 inch thick No. 51 "scotchrap" vinyl plastic tape, half lapped to give a double thickness wrap. Remove all oil, grease and dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping. If conduit is pre -wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both sides of joints. 3.06 INSTALLATION OF PVC COATED CONDUITS A. During installation, visually examine the conduit for cuts. Patch these areas with a paste containing a PVC solvent obtained from the conduit manufacturer. The patch shall be built up to the original thickness of the coating and feathered out on all sides of the damaged area a minimum of 1/2 inch to provide a complete bonded seal over the damaged area. 3.07 INSTALLATION OF BUILDING RACEWAYS A. All wiring of every description shall be run in rigid conduit unless noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. All exposed conduits shall be level and plumb. 97083 16010-5 B. Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive strain. Make field bends with approved bending devices. Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. C. Connections: Use lengths of liquidtight flexible metal conduit, not less than 12" long at final connections to all motors, controls and other devices subject to movement because of vibration or mechanical adjustment. D. Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems. No running threads shall be used anywhere in conduit systems. E. Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction. Swab out all raceways before pulling in conductors. F. Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to prevent passage of air, water, smoke and fumes. Filling material shall be fire resistive and installed to meet requirements of the U.L. Fire Resistance Directory. 3.08 CONDUIT SUPPORTS A. Support Spacing: Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. B. Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/4" and larger on Kindorf No. 150 or Steel City No. C-149 hangers. Use no perforated strap iron as hanger material. Where conduits smaller than 1-114" are installed above metal lath and plaster ceilings or mechanically suspended dry ceilings of the non -removable type, they may be supported on ceiling runner channels. Where conduits smaller than 1-1/4" are installed above removable ceilings, attach them to the structure or bar joists (where present) or support them on threaded hanger rods with clips. Do not use any wire to support conduits or to attach conduits to supporting members. Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and electrical equipment through the ceiling panels. C. Multiple Conduits: Where multiple raceways are run horizontally at the same elevations, they may be supported on trapezes formed of sections of Unistrut angle iron or channels suspended on rods or pipes. Size trapeze members including the suspension rods for the number size and loaded weight of the conduits they are to support. Space them as required for the smallest conduit supported. 97083 16010-6 3.09 INSTALLATION OF OUTLET BOXES A. Usage: Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. B. Boxes recessed in construction: Sheet steel boxes. C. For Lighting Fixture Outlets: 4" octagonal by 1-1/2" minimum depth with 3/8" fixture stud for incandescent lights which are surface mounted, wall mounted or suspended. D. For Wall Switches, Receptacles and Communications Use: Use 4"x4" size with proper square cornered tile wall cover, plaster cover, or finishing plate, except where construction will not permit or the device requires a larger box. E. Boxes for Exposed Work: Cast metal boxes. F. Boxes for Outdoors: Cast metal boxes with gasketed covers. 3.10 INSTALLATION OF PULL AND JUNCTION BOXES A. Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes than required by code where job conditions so indicate. B. Mounting: Fasten all boxes securely to the building construction, independent of conduit systems. On concealed conduit systems where boxes are not otherwise accessible, set box covers flush with finished surfaces for access. END OF SECTION 97083 16010-7 SECTION 16015 CONCRETE MANHOLES PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions, 1.02 SUBMITTALS A. Submit manufacturer's data on all materials. B. Submit manufacturer's installation instructions. 1.03 REFERENCES A. ASTM C150 B. ASTM C309-58 C. ASTM A305 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in concrete manholes a minimum of 3 years. PART 2 - PRODUCTS 2.01 MANUFACTURE A. Dalworth Quickset Company, or equal. 2.02 PRECAST CONCRETE MANHOLES A. All precast concrete manhole sections will be manufactured in a plant especially designed for that purpose. All units will conform to the design shown on the drawings, and all work shall be done under strict plant controlled supervision. B. Design Loads: 1. Design loads shall consist of dead load, live load, impact, and in addition, loads due to water table, and any other loads which may be imposed upon the structure. 97083 16015-1 2. Live loads shall be for H-20 and/or H-20-S16 per A.A.S.H.T.O. Standard Specifications for Highway Bridges with revisions. Design wheel load shall be 16 kips. The live load shall be that loading which produces the maximum shears and bending moments in the structure. C. Forms: All forms used in placing concrete shall be of metal and sufficiently designed and braced to maintain their alignment under pressures of the concrete during placing. D. Concrete: 1. Aggregate: All aggregates fine and coarse other than lightweight aggregate shall conform to specifications outlined by ASTM C-33-64. Lightweight aggregates fine and coarse shall conform to the specifications outlined by ASTM C-330-64T. Aggregates shall be free of deleterious substances causing reactivity with oxidized hydrogen sulfide. Both types of aggregate shall be graded in a manner so as to produce a homogeneous concrete mix. All materials are to be accurately weighed at a central batching facility for mixing. 2. Cement: All cement shall be Portland Cement conforming to ASTM C150, Type I or Type III. Cement content shall be sufficient to produce minimum strength of 4,500 psi, or other design strengths required. 3. Placing: All concrete shall be handled from the mixer or transport vehicle to the place of final deposit in a continuous manner, as rapidly as practicable, and without segregation or loss of ingredients, until (the approved unit operation) is completed. Concrete shall be placed in layers not over two (2) feet deep. Each layer shall be compacted by mechanical internal or external vibrating equipment. Duration of the vibration cycle shall be limited to the time necessary to produce satisfactory consolidation without causing objectionable segregation. 4. Curing: For purposes of early re -use of forms, the concrete may be heated in the mold, after initial set has taken place. The temperature shall not exceed 160 degrees, and the temperature shall be raised from normal ambient temperatures at a rate not to exceed 40 degrees per hour. The cured unit shall not be removed from the forms until sufficient strength is obtained for the unit to withstand any structural strain that may be subjected during the form stripping operation. After the stripping of forms further curing by means of water spraying or a Membrane Curing Compound may be used and shall be of a clear or white type, conforming to ASTM C309-58. E. Reinforcing Steel (Grade 60): All reinforcing steel, including welded wire mesh, shall be of the size and in the location as shown on the plans. All reinforcing shall be sufficiently tied to withstand any displacement during the pouring operation. All bars shall be intermediate or hard grade billet steel conforming to ASTM A615. Bars other than 1/2" round, or smaller, shall be deformed in accordance with ASTM A305. F. Pulling Irons: Install pulling irons on each wall of the manhole. G. Manhole Cover: Install iron manhole cover centered on each manhole. 97083 16015-2 PART 3 - EXECUTION 3.01 SITE PREPARATION A. Prepare the excavation for the correct elevation after the base has been properly installed. The depth of the base and the material used for same shall meet the specified requirements for the type soil at the setting location. The base shall be compacted and level. B. Backfill around the manholes carefully so as not to shift the manhole sections. Place the backfill in 24 inch layers, and compact each layer as specified in Section 16010. END OF SECTION 97083 16015-3 SECTION 16020 CONDUCTORS PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit manufacturer's data on all materials. 1.03 SCOPE A. The work shall include the furnishing of all conductors, together with all splices, connections, identification, bundling, etc., including pulling devices. PART 2 - PRODUCTS 2.01 PRIMARY CONDUCTORS (5KV) A. 5 KV single conductor, shielded, Class B stranded copper, with semiconducting strand shield, 0.090 inch thick ethylene propylene base insulation and 0.065 inch polyvinyl chloride jacket; Okonite "Okoguard-Okoseal" or approved equivalent. 2.02 CONDUCTORS (600 VOLTS AND UNDER) A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections; Okonite, Triangle, Anaconda or Simplex. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. B. Insulation: Branch circuits shall have type TW, THW, or THHNfIHWN insulation unless the type is specifically designated or specified. Feeder circuits shall be Type THW or THHN/THWN. C. Lighting Fixture Conductors: Type and size approved by the NEC for the purpose. 2.03 JOINTS AND SPLICES A. Stranded Copper Conductors: UL approved solderless bolted pressure connectors or Thomas and Betts Series 54000 compression connectors. All connectors shall be of proper 97083 16020-1 sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. B. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlok", Ideal or T & B "Piggy" make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. 2.04 COLOR CODING A. Phase conductors shall be color coded to match existing color coding. B. Neutral conductors shall be white. Grounding conductors shall be green. 2.05 5KV CONNECTIONS/TERMINATIONS A. Terminations kits shall be factory engineered to provide UV stable, non -tracking (per ASTM D2303) exterior surfaces and complete environmental sealing for the termination area. Kits shall consist of heat shrinkable tubing, shirts, and sealing boots, supplied with heat activated sealant materials to prevent ingress of moisture and contaminants. All terminations shall be made by a person experienced in medium voltage terminations who has received factory training for this type terminations. PART 3 - EXECUTION 3.01 INSTALLATION OF PRIMARY CONDUCTORS A. Pulling Compounds: Use UL listed cable pulling compounds of non -conducting type when pulling cables into conduits or ducts. B. Splices and Terminations: Make all splices and terminations in primary wiring in strict accordance with instructions of the manufacturer of the materials used. All materials shall be properly selected for conductor size, type of insulation and voltage rating. C. Testing Cable: Megger all cables after installation and prior to final connections. Log all readings and submit for approval. All cables having readings below the manufacturer's recommendations shall be replaced. 3.02 WIRE PULLING A. Wire Pulling: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may 97083 16020-2 cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. B. Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. C. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have ample exposed length at each end. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds. 3.03 INSTALLATION OF BUILDING WIRE (600 VOLTS AND UNDER) A. Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. B. Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with Okonite rubber tape, or equivalent to make the insulation of the joint or splice equal to that of the conductor. C. Conductor splices in wet locations shall be made in accordance with the conductor manufacturer's recommendations. D. Identifying Tags: Non-ferrous; stamped to clearly identify each circuit. Securely fasten tags to all cables, feeders and power circuits in pull boxes, lighting, power and distribution panelboards, etc. E. Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like, using marlin twine lacing or nylon straps made for the purpose. Bundle conductors larger than No. 10 in individual circuits. Bundle smaller conductors in larger groups. END OF SECTION 97083 16020-3 SECTION 16030 GROUNDING PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit manufacturer's data on all products. 1.03 SCOPE A. Furnish and install the various grounding systems outlined herein in accordance with the National Electrical Code. PART 2 - PRODUCTS 2.01 Products for grounding systems are specified elsewhere herein. PART 3 - EXECUTION 3.01 GROUNDING CONNECTIONS A. Grounding connections to switchgear shall be by UL listed connectors approved for grounding. B. All other connections to the grounding system and ground rods shall be exothermically welded, including all cable connections, ground rod connections and splices. All welding materials used shall be CADWELD® materials - as manufactured by ERICO® Products, Inc., or equal. C. All materials involved must be from the same source to insure compatibility. D. Connections made from this process must meet requirements of IEEE Standards 80 and 837 and as listed in MIL419, other MIL standards, National Electrical Code, etc. 3.02 EQUIPMENT GROUNDING CONDUCTORS A. Provide a separate, green -insulated copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install 97083 16030-1 the grounding conductor in the same raceway with the related phase and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect all grounding conductors to bare grounding bars in panelboards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC Table 250-95 3.03 GROUNDING DRY -TYPE TRANSFORMER A. Ground the secondary neutral point and the housing of each dry -type transformer. Connect these items together within the transformer housing and run a common grounding conductor from their point of connection to a point of grounding. END OF SECTION 97083 16030-2 SECTION 16110 DRY -TYPE TRANSFORMERS PART 1 - GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit manufacturers data on all materials. 1.03 SCOPE A. Furnish and install all dry -type transformers as indicated on the drawings. 1.04 STANDARDS A. Transformers shall meet ANSI/NEMA ST-20 standards. B. Transformers shall be UL 1561 listed. When K factor is specified, transformers shall be UL K-factor listed. PART 2 - PRODUCTS 2.01 CONSTRUCTION A. Coils shall be of continuous wound construction. A vacuum impregnation insulation system using non -moisture absorbing varnish is required. B. A UL recognized 220 degrees C insulation system shall be used. Windings shall not exceed 150 degrees C temperature rise at rated full load as scheduled. Windings shall be copper. C. Universal taps shall be provided. The primary shall contain two 2.5% above nominal and four 2.5% below nominal full capacity taps. D. The core shall be constructed of high grade grain oriented silicon steel with flux density sufficiently below saturation point. E. The enclosure shall be constructed of heavy gauge steel. The finish shall consist of degreasing, phosphate cleaning, and an electrodeposit ANSI 61 gray enamel paint. 97083 16110-1 F. Where installed outdoors, furnish with weather shield. PART 3 - EXECUTION 3.01 INSTALLATION A. Transformers shall be floor -mounted, unless otherwise noted on the drawings. Set the transformer on pad type vibration and noise eliminators. Install on a concrete housekeeping pad. B. Install all conductors to and from each transformer in flexible metallic conduit not less than 24 inches long. Provide neoprene grommets or neoprene padding to prevent metallic contact between conduit and transformer housing. Install copper wire grounding jumpers between conduit and housing. 3.02 IDENTIFICATION A. Each dry -type transformer shall be identified by name, and name of panel(s) feeding the device. An example of such identification is: TRANSFORMER NTT FED FROM "MS" B. The identification plates shall be laminated plastic. (Black with white lettering) END OF SECTION 97083 16110-2 SECTION 16120 SAFETY SWITCHES/FUSES PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit manufacturers data on all materials. 1.03 SCOPE A. Provide and install all safety switches as shown on the drawings, and all switches required to comply with the NEC. PART 2 - PRODUCTS 2.01 SAFETY SWITCHES A. Safety switches shall be heavy-duty enclosed switches of quick -make, quick -break construction. All switches shall be horsepower and I(2)t rated, listed by UL, CSA certified, and so labeled. They shall also meet NEMA enclosed switch standard KS1-1983 for type HD; Federal specification WS-865C for heavy-duty switches; and JIC electrical performance specifications. B. The operating handle shall be of the box -mounted type that directly drives the switch mechanism and suitable for padlocking in the OFF position with up to three padlocks of 5/16" diameter shanks. Defeatable, front -accessible, coinproof interlocks shall be provided to prevent the opening of the cover when the switch is in the ON position and prevent turning the switch ON when the door is open. Securely fastened nameplate shall include highly visible ON -OFF indication. C. The interior shall be easily removable. The wiring gutter shall be clear of any obstruction and moving parts. D. Safety switches shall be General Electric, Square D, Cutler Hammer, or Siemens. 97083 16120-1 2.02 FUSES: (250V and 600V) A. Furnish and install all fuses necessary for leaving the installation complete and in working order. B. Place a fuse identification label, showing type and size of the required fuses, inside the door of each enclosure requiring fuses. C. Fuses shall conform to the latest NEMA Standards, and shall be UL listed and labeled. Voltage ratings shall be suitable for the systems to which the fuses are applied. D. Where the spacing of fuse clips in equipment is greater than required by the proper size of fuse, use suitable fuse reducers to fit the fuses. E. Fuses shall be Class K5 or K9; Bussman type FRN or FRS "Fusetrons". Fuses shall be available in rating 0-600 amperes, shall be dual element time delay type, and shall have interrupting rating of 100,000 or 200,000 RMS symmetrical amperes. PART 3 - EXECUTION 3.01 IDENTIFICATION A. Each disconnect switch shall be identified by name of the load served, and name of panel feeding the device it feeds. An example of such identification is: AHU # 1 FED FROM EMCC B. The identification plates shall be laminated plastic. (Black with white lettering.) END OF SECTION 97083 16120-2 SECTION 16271 PAD -MOUNTED TRANSFORMERS PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit shop drawings indicating outline dimensions, connections and support points, weight, specified ratings and materials. B. Submit product data indicating standard model design tests and options. C. Submit manufacturer's installation instructions. 1.03 REFERENCES A. ANSI C37.47 -Specifications for Distribution Fuse Disconnecting Switches, Fuse Supports, and Current -Limiting Fuses. B. IEEE C57.12.00 -Standard General Requirements for Liquid -Immersed Distribution, Power, and Regulating Transformers (ANSI). C. ANSI C57.12.22 - Requirements for Pad -Mounted,, Compartmental -Type, Self -Cooled, Three -Phase Distribution Transformers with High Voltage Bushings; 2,500 kVA and Smaller: High Voltage, 34,500 GrdY/19,920 Volts and Below; Low Voltage, 480 Volts and Below - Requirements. D. ANSI C57.12.26 - Standard for Transformers - Pad -Mounted, Compartmental -Type, Self - Cooled, Three -Phase Distribution Transformers for use with Separable Insulated High Voltage Connectors: High Voltage, 34,500 GrdY/19,920 Volts and Below; 2,500 kVA and Smaller. E. ANSI C57.12.28 - Switchgear and Transformers, Pad -Mounted Equipment - Enclosure Integrity. F. IEEE C57.12.90 - Standard Test Code for Liquid -Immersed Distribution Power, and Regulating Transformers and Guide for Short -Circuit Testing of Distribution and Power Transformers (ANSI). 97083 16271-1 G. ANSI/IEEE 386 - Separable Insulated Connector Systems for Power Distribution Systems Above 600 V. H. ASTM D877 - Test Method for Dielectric Breakdown Voltage of Insulating Liquids Using Disk Electrodes. I. CAN/CSA-C88-M90 - Electrical Power Systems and Equipment. 1.04 OPERATION AND MAINTENANCE DATA A. Submit operation and maintenance data. B. Include procedures for sampling and maintaining fluid, cleaning unit, and replacing components. 1.05 QUALITY ASSURANCE A. Manufacturer: Company specializing in distribution transformers with three years documented experience. PART 2-PRODUCT 2.01 MANUFACTURERS A. Square D Company, Cutler Hammer, General Electric, or equal. 2.02 FLUID -FILLED PAD -MOUNTED TRANSFORMERS A. The transformer shall be compartment type, self -cooled, for mounting on a pad and shall comply with the latest applicable standards. B. The average temperature rise of the windings, measured by the resistance method, shall be 65 deg. C. when the transformer is operated at rated KVA output in a 40 deg. C. ambient. The transformer shall be capable of being operated at rated load in a 30 deg. C. average, 40 deg. C. maximum ambient, as defined by ANSI C57.12.00 without loss of service life expectancy. C. Coolant and insulating fluid shall be inhibited mineral oil. D. The high and low voltage compartments shall be located side by side, separated by a steel barrier. When facing the transformer, the low voltage compartments shall be on the right. Terminal compartments shall be full height, air -filled, with individual doors. The high voltage door fastenings shall not be accessible until the low voltage door has been opened. 97083 16271-2 E. The following accessories shall be provided as standard on all transformers: 1. Nameplate in low voltage compartment, 1 inch upper filter press and filling plug, 1 inch drain valve with sampling device. 2. Tap changer, for de -energized operation only, which is externally operable and padlockable. The front of both compartments shaII be removable to allow the transformer to be rolled or skidded into position over conduit stubs. ANSI tank grounding provisions shall be furnished in both compartments. F. The transformer shall be rated 1,500 kVA self -cooled (OA). Primary voltage 4,160 delta. Secondary voltage 277/480 wye, 4-wire, 60 Hz with two 2-1/2% full capacity above normal and two 2-1/2% below normal taps. Impedance shall be manufacturer's standard impedance, +7-1/2%. Basic impulse level of the primary winding shall be as specified in ANSI C57.12.00 for comparable kW class. G. The transformer shall be of sealed -tank construction or sufficient strength to withstand a pressure of 7 psi without permanent distortion. The cover shall be welded and the fastenings tamper -resistant. The transformer shall remain effectively sealed for a top oil temperature range of -5 deg. C. to 105 deg. C. When required, cooling panels will be provided on the back and sides of the tank. Lifting eyes and packing pads will be provided. H. CoiIs shaII be wound with aluminum or copper conductors. I. Core and coil assembly shall use high grade, grain -oriented silicon steel laminations carefully annealed after fabrication to restore high magnetic permeability. Magnetic flux is to be kept well below the saturation point. J. Transformers connected wye-wye shall be built with five -legged core -type design to avoid the tank heating problems sometimes associated with wye-wye connections. K. The high voltage terminations and equipment shall be dead front and conform to ANSI C57.12.26. L. Dead front bushings shall be either universal wells or one-piece integrated for use with separable connectors. Bushings shall be externally clamped and front removable. M. The low voltage bushings shall be molded epoxy, and provided with blade -type spade terminals with NEMA standard hole spacing arranged for vertical take -off. The low voltage neutral shall be an insulated bushing, grounded to the tank by a removable ground strap. N. Provide a load break, gang operated, liquid immersed switch that is externally operable from the high voltage compartment through the use of a distribution hot -stick. O. Switch to be 2-position "OFF -ON" type for use on a radial feed -system. P. Liquid -immersed switch to be rated at: 300 A. 97083 16271-3 Q. Fusible Protection: Provide Bay-O-Net® oil immersed fuses that are externally replaceable with a hot -stick without opening the transformer tank. R. Surge Protection: Provide three distribution class lightning arrresters for surge protection. Arresters are to be mounted in the high voltage compartment. S. Accessories: 1. 1 inch drain valve with sampling device. 2. Dial type thermometer. 3. Magnetic liquid -level gauge. 4. Pressure vacuum gauge. 5. Pressure relief valve. 6. Automatic pressure relief device (self resealing with indicator). 7. Sudden pressure relay. 8. key interlock to high voltage door. T. Testing: Tests shall be conducted in accordance with the provisions of ANSI C57.12.90 and shall include, as a minimum, the following tests: 1. Ratio 2. Polarity 3. Phase Rotation 4. No -Load Loss 5. Excitation Current 6. Impedance Voltage 7. Load Loss 8. Applied Potential 9. Induced Potential 10. OA Impulse Test PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that pads are ready to receive work. B. Verify field measurements are as instructed by manufacturer. C. Verify that required utilities are available, in proper location, and ready for use. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install safety labels to NEMA 260. 97083 16271-4 3.03 FIELD QUALITY CONTROL A. Test dielectric liquid to ASTM D877, using 25,000 volts minimum breakdown voltage, after installation and before energization from system. B. Test transformer to ANSI/IEEE C57.12.90. C. Test transformer to ANSI /IEEE C57.12.91. 3.04 ADJUSTING A. Adjust primary taps so that secondary voltage is within 2% of rated voltage. END OF SECTION 97083 16271-5 SECTION 16342 MEDIUM VOLTAGE METAL -ENCLOSED LOAD INTERRUPTER SWITCHGEAR PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. The metal -enclosed switchgear assembly shall be in accordance with the contract documents and applicable codes. B. The manufacturer shall furnish a detailed Bill of Material and complete set of drawings as follows: 1. Detailed front elevation. 2. Single Line 3. Base Plan 4. Schematics 5. Wiring Diagrams C. The manufacturer shall furnish comprehensive instruction manuals covering the installation of the switchgear and the operation of its various components. 1.03 REFERENCES A. ANSI/IEEE C37.20.3 - Standard for Metal -Enclosed Interrupter Switchgear. B. ANSI/IEEE C37.20.4 - Standard for Indoor AC Medium Voltage Switches used in Metal - Enclosed Switchgear. C. ANSI/IEEE 24 - Standard Performance Characteristics and Dimensions for Outdoor Apparatus Bushings. D. ANSI/IEEE 48 - Standard Test Procedures and Requirements for High Voltage Alternating - Current Cable Termination. E. ANSI Z55.1 - Gray Finishes for Industrial Apparatus and Equipment. F. NEMA 97083 16342-1 G. IEC 420 High -Voltage Alternating Current Switch -Fuse Combinations (Applicable sections to ensure proper coordination of the switch -fuse combination when fuses are utilized for opening the switch automatically). H. CAN/CSA C22.2 No. 31 Switchgear Assemblies. I. CAN/CSA C22.2 No. 193 High Voltage Full -Load Interrupter Switches. 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in medium voltage metal -enclosed switchgear with at least five years documented experience. The manufacturer of the switchgear must be the same as the manufacturer of the load interrupter switch. B. Equipment shall be equipped with UL label for metal -enclosed type switchgear assemblies when UL recognized components are specified. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect equipment from weather and moisture by covering with heavy plastic or canvas and by maintaining heat within enclosure in accordance with manufacturer's instructions. PART 2 - PRODUCT 2.01 MANUFACTURERS A. Switchgear: The metal -enclosed load interrupter switchgear shall be Square D, General Electric or Cutler Hammer. B. Fuses: 1. Fuses shall be current limiting, non -expulsion type of self-contained design to limit the available fault current stresses on the system. 2. Fuses shall be affixed in position in a non -disconnect fuse mounting with provisions for removal and replacement from the front of the gear. 3. Fuse Rating: "E" rated, size as scheduled on drawings. 4. Voltage Class: 5.5 kV. 2.02 LOAD INTERRUPTER SWITCHGEAR ASSEMBLY A. The metal -enclosed switchgear with load interrupter switches shall consist of a multiple section line-up, be of outdoor non -walk-in construction. The sections shall contain the load interrupter switches and the necessary accessory components. The equipment shall be factory -assembled (except for necessary shipping splits) and operationally checked. The assembly shall be a self-supporting, floor mounted bay. 97083 16342-2 B. The complete assembly shall be constructed in accordance with applicable provisions of ANSI/IEEE C37.20.3-1987 and the minimum construction standards of the manufacturers of the major components such as power fuses or potential transformers. Provide adequate space for fuse handling when applicable. C. In establishing the requirements for the enclosure design, consideration shall be given to such relevant factors as controlled access, tamper resistance, protection from ingress of rodents and insects, and the possibility of arcing faults within the enclosure. D. Switchgear rated 600 amps continuous shall not require ventilation openings to aid in cooling of the associated components. E. The integrated switchgear assembly shall withstand the effects of closing, carrying and interrupting currents up to the assigned maximum short circuit rating. F. A viewing window shall be installed in the switch enclosure and located so as to enable visible inspection of the switch blades and blown fuse indicators from outside the enclosure. G. System Voltage: 4.16 kV, 3-phase, solidly grounded, 3-phase, 3-wire without neutral bus. H. Operating Frequency: 60 Hz. I. Maximum Design Voltage: 4.76 kV. J. Basic Impulse LEVEL (BIL): 60 kV. K. Power Frequency Withstand: 19 kV. L. Short -Time Current (two second): 25 kA. M. Main Bus Ampacity: 600 amps, continuous. N. Integrated Short Circuit Rating: 12.5 kA, rms symmetrical. 2.03 COMPONENTS A. Load Interrupter Switch: 1. Over -Center Mechanism: The load interrupter switch shall be rated at 600 amperes continuous and interrupting; fixed mounted on NEMA class A-20 glass reinforced polyester standoff insulators; manually operated; quick -make, quick -break with the speed of operation independent of the operator. To provide for dependable operation, the device shall not rely on chains or cables to drive the blade assemblies open and closed. The spring operator assembly shall be isolated from high voltage and coupled through a direct drive shaft. B. Switches shall separate current carrying paths and arcing interruption paths. 97083 16342-3 C. Switch blades shall be mounted on insulators that are attached to grounded metal barriers. Switches that utilize blades mounted on a common shaft with insulation from blade to blade rather than blade to ground are unacceptable. D. The switch operating handle shall be permanently attached to the outside front of the switchgear and ready for immediate use, except for outdoor applications where the front of the switchgear shall be covered by a full -height solid door. Removable handles are not acceptable. The handle must operate in the conventional fashion with the switch closed with the handle in the up position and the switch open with the handle in the down position. Provisions shall be available for padlocking the switch in either the open or closed position. E. Voltage and Short Circuit Ratings: Match ratings specified for integrated assembly. F. Momentary Rating: 40 kA, rms asymmetrical. G. Fault Closing: 40 kA, rms asymmetrical. 2.04 ACCESSORIES A. Surge Arresters (metal -oxide type): Distribution class, MCOV; one per phase. B. Incoming Cable Termination: Cable Lug. C. Provide mechanical lugs for terminating cables onto the switchgear terminal pads. D. Space Heaters: For 120 VAC sized by the manufacturer, with thermostats, power from control power transformer mounted in the switchgear. E. Mechanical Interlocks: The high -voltage compartment door shall be interlocked to prevent opening with the load interrupter in the closed position. The interlock must be directly attached to the operating mechanism and should not rely on long cables and linkages. F. Key Interlocks: Provide key interlocks for selection of power source as shown on the drawings. G. Voltage and Current Transformer Options: 1. Control Power Transformer, single phase, with primary disconnect fuse, 240/120 VAC secondary. 2.05 FABRICATION A. Construction: Outdoor, non -walk-in. Each equipment bay shall be a separately constructed cubicle assembled to form a rigid free standing unit. Minimum sheet metal thickness shall be 11 gauge steel on all exterior surfaces. Adjacent bays shall be securely bolted together to form an integrated rigid structure. To assist installation and maintenance of bus and 97083 16342-4 cables, provide split rear doors with a padlockable handle and three-point latching. Each individual unit shall be braced to prevent distortion. B. A viewing window shall be installed in a fixed panel of the enclosure to enable visual inspection of the disconnect blades from outside the enclosure. C. All torqued bolts that are used for bus joints or for insulators and direct support of any current carrying parts shall be marked with a bead of highly visible bright orange "torque seal", that will readily show when a bolt has loosened. D. The high voltage fuses and non -disconnect type fuse mountings, shall be accessible only through a separate door mechanically interlocked with the load interrupter switch, so the load interrupter switch is opened before the door is opened and that the switch cannot be closed when the door is open. Switchgear designs with full height doors for access to the fuses shall have a solid grounded metal barrier with a viewing window covering the area of the main cross bus and/or line side of the load interrupter switch. Screened or penetrable barriers which may allow intentional or inadvertent contact with energized parts shall not be permitted. E. No energized parts should be within normal reach of the opened doorway. Four full-length vertical barriers of 3/16-inch thick glass -reinforced polyester, NEMA grade GPO-3, minimum, shall isolate the three phases of the load interrupter switch and fuses from each other and from the enclosure. F. Height: 97 inches, maximum including auxiliary support members on top and bottom. G. Main Bus shall be tin-plated aluminum, insulated rated 600 amps, and is to be supported from the top of the enclosure on NEMA class A-20 glass reinforced polyester standoff insulators. H. For multiple bay lineups, include continuous ground bus through the switchgear assembly, securely connected to the steel frame of each cubicle. I. Main bus and ground bus shall be drilled to allow for future extensions. Cutout areas with removable bolted on covers shall allow for future extension of the main bus. A knock -out shall be removable for the extension of the ground bus. I Outdoor units shall be designed with a sloped, drip -proof roof. The cubicles must have a door -in -door construction. The outer door shall be a bulkhead type door with three-point latching and vault type handle with provisions for padlocking. Cubicles are to be designed to allow front and rear access and shall not require the routing of line side or load side connections in front of the switch/fuse compartment. K. The metal -enclosed switchgear shall be fully assembled, inspected and tested at the factory prior to shipment. Large line-ups shall be split to permit normal shipping and handling as well as for ease of rejoining at the job site. 97083 16342-5 2.06 FACTORY FINISHING A. All steel parts, shall be cleaned and a zinc -phosphate pre-treatment applied prior to paint application. B. Paint color shall be ANSI-61 (light gray); TGIC polyester powder, applied electrostatically through air. Following paint application, parts shall be baked to produce a hard durable finish. The average thickness of the paint film shall be 2.0 mils. Paint film shall be uniform in color and free from blisters, sags, flaking and peeling. C. Adequacy of paint finish to inhibit the buildup of rust on ferrous metal materials shall be tested and evaluated per paragraphs 5.2.8.1-7 of ANSI C37.20.3-1987. Salt spray withstand tests in accordance with paragraph 5.2.8.4 shall be performed on a periodic basis to provide conformance to this corrosion resistance standard of at least 1000 hours minimum. PART 3 - EXECUTION 3.01 EXAMINATION A. Visually inspect switchgear for evidence of damage and verify that surfaces are ready to receive work. B. Visually inspect to confirm that all items and accessories are in accordance with specifications and drawings. C. Verify field measurements are as shown on Drawings. D. Verify that required utilities are available, in proper location, and ready for use. 3.02 FACTORY TESTING A. Standard factory tests shall be performed on the equipment under this section. All tests shall be in accordance with the latest version of ANSI and NEMA standards. B. The manufacturer shall provide three (3) certified copies of factory test reports. 3.03 INSTALLATION A. The Contractors shall install all equipment per the manufacturer's recommendations and the contract drawings. 3.04 FIELD QUALITY CONTROL A. Provide service of a qualified factory -trained manufacturer's representative to assist the Contractor in installation and start-up of the equipment specified under this section for a period of 4 working days. The manufacturer's representative shall provide technical 97083 16342-6 direction and assistance to the Contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained herein. B. The Contractor shall provide three (3) copies of the manufacturer's field start-up. 3.05 TRAINING A. The Contractor shall provide a training session for up to 6 owner's representatives for 1 normal workday at a jobsite location determined by the Owner. B. The training session shall be conducted by a manufacturer's qualified representative and consist of instruction on the assembly, switches and major components. END OF SECTION 97083 16342-7 SECTION 16344 CONNECTION CUBICLE FOR MOBILE POWER MODULE PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. The metal -enclosed switchgear assembly shall be in accordance with the contract documents and applicable codes. B. The manufacturer shall furnish a detailed Bill of Material and complete set of drawings as follows: 1. Detailed front and side elevation. 2. Single Line 3. Base Plan 4, Schematics 5. Wiring Diagrams C. The manufacturer shall furnish comprehensive instruction manuals covering the installation of the switchgear and the operation of its various components. 1.03 REFERENCES A. ANSI/IEEE 24 - Standard Performance Characteristics and Dimensions for Outdoor Apparatus Bushings. B. ANSI/IEEE 48 - Standard Test Procedures and Requirements for High Voltage Alternating - Current Cable Termination. C. ANSI Z55.1 - Gray Finishes for Industrial Apparatus and Equipment. h1 E. CAN/CSA C22.2 No. 31 Switchgear Assemblies. F. CAN/CSA C22.2 No. 193 High Voltage Full -Load Interrupter Switches. 97083 16344-1 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in medium voltage metal -enclosed switchgear with at least five years documented experience. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect equipment from weather and moisture by covering with heavy plastic or canvas and by maintaining heat within enclosure in accordance with manufacturer's instructions. PART 2 - PRODUCT 2.01 MANUFACTURERS A. Cubicle: The metal -enclosed cubicle shall be Square D, General Electric, Cutler Hammer, or equal.. 2.02 CONNECTION CUBICLE A. The cubicle shall conform to the detail on the drawings. It shall contain 4 bushing wells (one for each phase and ground). Provide bushing well inserts which mate with the load - break allows installed on the generator output cables. B. Provide a dummy bushing below each bushing well on the switchgear for parking the generator cables. C. Provide insulated protective caps for each bushing well insert. The caps shall meet the requirements of ANSUIEEE Standard 386 to provide an insulated, fully shielded submersible cover for an energized 15kV class load break interface. D. Provide a total of three (3) hot stick units (installed on the portable generators) and suitable for connecting and disconnecting the load -break connectors. E. Outdoor units shall be designed with a sloped, drip -proof roof. Cubicles are to be designed to allow front and rear access. A door for portable cable access shall be installed in the side of the enclosure as detailed. F. The metal -enclosed switchgear shall be fully assembled, inspected and tested at the factory prior to shipment. 2.03 FACTORY FINISHING A. All steel parts, shall be cleaned and a zinc -phosphate pre-treatment applied prior to paint application. 97083 16344-2 B. Paint color shall be ANSI-61 (light gray); TGIC polyester powder, applied electrostatically through air. Following paint application, parts shall be baked to produce a hard durable finish. The average thickness of the paint film shall be 2.0 mils. Paint film shall be uniform in color and free from blisters, sags, flaking and peeling. C. Adequacy of paint finish to inhibit the buildup of rust on ferrous metal materials shall be tested and evaluated per paragraphs 5.2.8.1-7 of ANSI C37.20.3-1987. Salt spray withstand tests in accordance with paragraph 5.2.8.4 shall be performed on a periodic basis to provide conformance to this corrosion resistance standard of at least 1000 hours minimum. PART 3 - EXECUTION 3.01 EXAMINATION A. Visually inspect to confirm that all items and accessories are in accordance with specifications and drawings. B. Verify field measurements are as shown on Drawings. C. Verify that required utilities are available, in proper location, and ready for use. D. Install this equipment or reinforced concrete pads as detailed on the drawings. END OF SECTION 97083 16344-3 SECTION 16346 SEPARABLE INSULATED CONNECTOR SYSTEM PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit manufacturer's data with design tests and options. B. Submit manufacturer's installation instructions. 1.03 REFERENCES A. ANSI/IEEE -Separable Insulated Connector Systems for Power Distribution Systems above 600V. 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in separable insulated connector systems with three years documented experience. PART 2 - PRODUCT 2.01 MANUFACTURERS A. Cooper Power Systems, or equal. 2.02 SEPARABLE INSULATED CONNECTOR SYSTEM A. RTE Loadbreak Elbow Connectors shall be a fully shielded and insulated plug-in termination molded using high quality peroxide -cured EPDM insulation. Standard features shall include a coppertap connector, tin plated copper loadbreak probe with an arc -follower tip and stainless steel reinforced pulling eye. B. The connectors shall be tested in accordance with ANSI/IEEE Standard 386: 1. AC 60 hz, 1 minute withstand of 34 KV. 2. Minimum Corona Voltage Level of 11 kV. 3. DC 15 minute withstand of 53 KV. 4. BIL & Full Wave Crest of 95 KV. 97083 16346-1 C. The connectors shall have a continuous rating of 200A rms with a short time rating of 10,000A rms symmetrical for 0.17S and 3500A rms symmetrical for 3.OS. D. Provide insulated protective caps for each bushing well insert. The caps shall meet the requirements of ANSI/IEEE Standard 386 to provide an insulated, fully shielded submersible cover for an energized 15kV class load break interface. PART 3 - EXECUTION 3.01 INSTALLATION A. Install bushing well inserts as detailed on each Connection Cubicle for Mobile Power Module. B. InstaIl mating load -break elbows (4) on each output cable on the three (3) Mobile Power Modules. END OF SECTION 97083 16346-2 SECTION 16361 UNIT SUBSTATION PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit shop drawings indicating the following: 1. Front view of enclosure with overall dimensions 2. Single line diagram 3. Top and bottom conduit entrance / exit locations with dimensions 4. Electrical characteristics of the primary equipment, transformer, and secondary equipment 5. Specified ratings 6. Bill -of -material 7. Shipping splits and weights 8. Wiring diagrams (if applicable) 9. Operational instructions for keylock schemes, throw -over schemes, and other special instructions 1.03 REFERENCES A. ANSI C37.121.1989 - Unit Substations, Requirements B. In applying unit substations, consider the service (environmental) conditions, system conditions, installation conditions, and load requirements as outlined in Section 11 of ANSI C37.121-1989. C. Typical arrangements of unit substations are listed in Section 10 of ANSI C37.121-1989. 1.04 OPERATION AND MAINTENANCE DATA A. Submit recommended spare parts list. 1.05 QUALIFICATIONS A. The unit substation shall be manufactured by a single manufacturer with a minimum of 10 years of documented experience thereby providing a single source of supply and responsibility for warranty, technical services, and parts. 97083 16361-1 B. The unit substation shall be designed and assembled by a single source as multiple pieces of equipment and coordinated to create a single product when it is installed at the jobsite. 1.06 STORAGE AND HANDLING A. Off load the equipment per the manufacturer's instructions. B. Upon arrival, inspect for any shipping damage. Note any damage on the accompanying paperwork, and report to the manufacturer's local representative what was delivered damaged. C. Store and protect products from moisture and debris by storing in a clean, dry heated space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect the unit substation components. Provide auxiliary heating in the sections in accordance with the manufacturer's recommendations. PART 2 - PRODUCT 2.01 MANUFACTURERS A. The secondary unit substation shall be manufactured by Square D Company, Cutler Hammer, General Electric, or approved equal. 2.02 UNIT SUBSTATION A. These specifications and the associated drawings describe one single -ended, 500 WA, 3- phase, 60-cycle unit substation. B. Service Data: 4.16 W, 60 Hz. C. System Grounding : solidly grounded. D. The unit substation consists of three sections: the primary incoming line section, transformer section, and the secondary distribution section. These sections are to be integrated to form a single lineup of metal enclosed structures with metal barriers separating the incoming section from the transformer and the secondary from the transformer. The manufacturer is to furnish the necessary hardware, cable(s) wires and connectors to complete the unit substation's interconnections. E. The equipment shall be totally adjusted and tested at the factory and sectionalized for shipment. F. The enclosure shall be outdoor NEMA 31Z, non -walk-in type. The enclosure shall be fabricated of code gauge steel. G. There is front and rear access to the unit substation. 97083 16361-2 H. Cables enter the bottom of the incoming section and exit the bottom of the secondary distribution section. I. Incoming cable termination: mechanical lugs. J. Provide manufacturer's standard secondary distribution equipment lug connectors to terminate cables per the specifications and plans. K. The unit substation shall be painted the manufacturer's standard paint of ANSI 49. L. The manufacturer will provide a nameplate depicting the single line diagram of the entire unit substation. M. All nameplates are to be provided with a white background with 3/16 inch high black letters. Nameplates should be mounted with screws. N. The necessary control power shall be provided by the manufacturer. The control transformer will be provided in the secondary distribution section for use in the entire unit substation. The manufacturer will provide the necessary terminal blocks and wiring to complete the circuitry. The wiring diagrams and terminal blocks will be identified so installation will be relatively simple. 2.03 INCOMING (PRIMARY) SECTION A. Medium voltage interrupter switch, Air - Refer to Section 16342. 2.04 TRANSFORMER SECTION A. Liquid filled transformer - Refer to Section 16364. 2.05 OUTGOING (DISTRIBUTION) SECTION A. Low voltage switchboard with fixed mounted switches or breakers - Refer to Section 16490. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that equipment is ready to be installed. B. Verify field measurements are as shown on the composite drawings supplied by the manufacturer. C. Verify that required utilities are available, in proper location and ready for use. 97083 16361-3 D. Beginning of installation means installer has completed the above and accepts the conditions. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions for the incoming, transformer, and secondary sections. B. Install safety labels where required. 3.03 FIELD QUALITY CONTROL A. Test the incoming section, transformer section, and secondary section per the applicable manufacturer's instructions and referenced standards. B. All connections made in the field to assemble the unit substation should be made in strict accordance with the manufacturer's instructions. 3.04 ADJUSTING A. Adjust the primary taps of the transformer so the secondary voltage is within 1/2% of the rated voltage. B. Installer to ensure all protective devices are adjusted as shown in specifications to provide adequate overcurrent protection and selective tripping with downstream protective devices. END OF SECTION 97083 16361-4 SECTION 16364 SUBSTATION TRANSFORMERS PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit shop drawings indicating outline dimensions, connection and support points, weight, specified ratings and materials. B. Submit product data indicating standard model design tests and options. C. Submit manufacturer's installation instructions. 1.03 SECTION INCLUDES A. Liquid -filled substation transformers. 1.04 REFERENCES A. IEEE C57.12.00 - Standard General Requirements For Liquid -Immersed Distribution, Power, And Regulating Transformers. B. ANSI C57.12.10-1988, Safety Requirements 230 kV and Below 833/958 Through 8333/10 417 kVA, Single -Phase, and 750/862 Through 60 000/80 000/100 000 kVA, Three -Phase Without Load Tap Changing; and 3750/4687 Through 60 000/80 000/100 000 kVA with Load Tap Changing. C. ANSI C57.12.28 - Switchgear and Transformers, Pad -Mounted Equipment - Enclosure Integrity. D. ANSI C57.12.70-1978 (Reaff 1993), Terminal Markings and Connections for Distribution and Power Transformers. E. IEEE C57.12.80-1978 (Reaff 1992), Standard Terminology for Power and Distribution Transformers (ANSI). 97083 16364-1 F. IEEE C57.12.90 - Test Code for Liquid -Immersed Distribution Power, and Regulating Transformers and Guide for Short -Circuit Testing of Distribution and Power Transformers (ANSI). G. IEEE C57.105-1978 (Reaff 1992) - Guide for Application of Transformer Connections in Three -Phase Distribution Systems (ANSI). H. IEEE C57.109-1993 - Guide for Liquid -Immersed Transformer Through -Fault -Current Duration (ANSI). I. CSA-C88 - Power Transformers and Reactors. J. CSA-050 Insulating Oils - Electrical for Transformers and Switches. 1.05 OPERATION AND MAINTENANCE DATA A. Submit operation and maintenance data under. B. Include procedures for sampling and maintaining fluid, cleaning unit, and replacing components. 1.06 QUALITY ASSURANCE A. Manufacturer: Company specializing in distribution transformers with three years documented experience. PART 2 - PRODUCT 2.01 MANUFACTURERS A. Square D Company, Cutler Hammer, General Electric, or equal. 2.02 FLUID -FILLED SUBSTATION TRANSFORMERS A. The transformer(s) shall be the substation type with side -wall mounted primary and secondary terminations. B. The average temperature rise of the windings, measured by the resistance method, shall be 65°C when the transformer is operated at rated kVA output in a 400 C ambient. The transformer(s) shall be capable of being operated at rated load in a 30" C average, 40' C maximum ambient, as defined by ANSI C57.12.00, without loss of service life expectancy. C. Coolant and insulating fluid shall be inhibited mineral oil. D. Terminations shall be side -wall mounted for: close -coupling to high and low voltage switchgear sections. 97083 16364-2 E. Primary and secondary locators shall be as follows: primary: ANSI Segment 2, i.e. to observer's left when facing the transformer front; secondary: ANSI Segment 4, i.e. to observer's right when facing the transformer front. F. Bushing location and phase rotation shall be coordinated with primary and secondary switchgear to provide correct alignment when switchgear and transformer are connected in the field. G. The transformer(s) shall be rated 500 kVA OA. Primary voltage 4160 delta, secondary voltage 277/480 wye, 4-wire, 60 Hz with two 2-1/2% full capacity above normal and two 2-1/2% full capacity below normal taps. Impedance shall be manufacturer's standard impedance, ±7-1/2%. Basic impulse level of the primary winding shall be as specified in IEEE C57.12.00 for comparable kV class. H. Sound level, as measured by the NEMA audible sound -level test procedure, shall be less than the values specified in the following table when the transformer is operated at normal voltage and frequency and no load. kVA 225 500 750 1000 1500 2000 2500 3000 3750 5000 dB 55 56 58 58 60 61 62 63 64 66 I. The transformers shall be of sealed -tank construction of sufficient strength to withstand a pressure of 7 psi without permanent distortion. The cover shall be welded. The transformer shall remain effectively sealed for a top oil temperature range of -50 C to 1050 C. When required, cooling panels will be provided on the back and front of the tank. Lifting eyes and jacking pads will be provided. J. Coils shall be wound with aluminum conductors. K. Core and coil assembly shall be the stacked core type, providing 3-legged construction. Cores shall be fabricated of high grade, grain -oriented, silicon steel laminations, carefully annealed after fabrication to restore high magnetic permeability. Magnetic flux is to be kept well below the saturation point. L. Tank, radiators, and terminal chambers, if provided, shall be treated to remove oil and scale by either shotblast or phosphatizing treatment to provide proper paint adhesion. All exterior surfaces shall be primed, using a high quality solid two -paint catalyzed epoxy. Minimum dry film thickness shall be 2 mils. A durably hard polyurethane top coat with a minimum dry film thickness of 1 mil shall be applied to all primed surfaces. The color of the finish coat shall be ANSI 61 and shall be coordinated with the switchgear manufacturer in order to match the color of the switchgear. M. Accessories - The following accessories shall be included on all substation transformers: 1. Padlockable tap changer for de -energized operation 2. Upper filling plug and filter press connection 3. Drain valve with a 3/8 inch sampler 97083 16364-3 4. Dial type thermometer 5. Pressure/vacuum gauge with bleeder connection 6. Magnetic liquid level gauge N. Pressure relief valve, with manual bleeder and automatic resealing, set to operate at 10 psi with a flow rate of 35 scfm: 1. Alarm contacts on all gauges. 2. Pressure relief diaphragm to operate at 10 psi and relieve 10,000 scfm at 15 psi 3. Sudden pressure relay permitting remote alarm or trip due to a predetermined rate of pressure rise with seal -in delay O. Testing - Tests shall be conducted in accordance with the provisions of IEEE C57.12.90 and shall include, as a minimum, the following tests: 1. Ratio 2. Polarity 3. Phase Rotation 4. No -Load Loss 5. Excitation Current 6. Impedance Voltage 7, Load Loss 8. Applied Potential 9. Induced Potential 10. Impulse Test 11. Temperature Test (typical data from previous unit is acceptable) 12. Sound Test (typical data from previous unit is acceptable) PART 3- EXECUTION 3.01 EXAMINATION A. Verify that pads are ready to receive work. B. Verify field measurements are as instructed by manufacturer. C. Verify that required utilities are available, in proper location and ready for use. D. Beginning of installation means installer accepts conditions. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install safety labels to NEMA 260. 97083 16364-4 3.03 FIELD QUALITY CONTROL A. Test dielectric liquid to ASTM D877, using 25,000 volts minimum breakdown voltage, after installation and before energization from system. B. Test transformer to ANSI/IEEE C57.12.90. C. Test transformer to ANSI/IEEE C57.12.91. 3.04 ADJUSTING A. Adjust primary taps so that secondary voltage is within 2% of rated voltage. END OF SECTION 97083 16364-5 SECTION 16410 AUTOMATIC TRANSFER CONTROLS WATER TREATMENT PLANT PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Furnish the following submittals: 1. Detailed descriptive narrative of the operation of the transfer scheme under all failure modes. 2. Drawings and diagrams showing all wiring and connections. Identify all wiring that is to be supplied and/or connected by contractor. 3. Show layout of the all components. 1.03 QUALITY ASSURANCE A. The existing switchboard at the Water Treatment Plant is of Westinghouse manufacture with Westinghouse breakers and equipment. The control package retrofit shall be designed and installed by the manufacturer's representatives. (Westinghouse/Cutler Hammer). PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Cutler -Hammer Engineering Services (CHESS) shall provide all materials and labor required to furnish, install, program and test a programmable logic controller system intended to perform automatic transfer control of the Main Breakers, Generator Breaker and the load breakers according to scheme described below. B. Provide and install a UPS system for the PLC and controls. Provide and install all CTs, PTs, control transformers and other equipment required for a complete and operating system. 2.02 DESCRIPTION OF TRANSFER SCHEME A. The PLC will determine the current condition of the system. If the system is in normal condition, the PLC will ensure that the 52-M1 breaker and the 52-M2 breaker are closed and the 52-T tie -breaker and the 52-G generator breaker are opened. 97083 16410-1 B. When the PLC detects the loss of LPL Feeder NE15-5, after a programmable time delay, the PLC will open the 52-M1 breaker and then close the 52-T tie breaker. When the LPL Feeder NE15-5 re -energized, the PLC will open the 52-T tie -breaker and close the 52-M1 after a programmable time delay. C. When the PLC detects the loss of LPL Feeder NE15-3, after a programmable time delay, the PLC will open the 52-M2 breaker and then close the 52-T tie -breaker. When the LPL Feeder NE15-3 re -energized, the PLC will open the 52-T tie -breaker and close the 52-M2 breaker after an adjustment time period. D. The 52-T tie -breaker will also be interlocked with the Main Breakers such that one main breaker must be in the 'opened' position before the tie -breaker can be closed by the PLC. E. When both LPL Feeders NE15-3 and NE15-5 failed, the PLC will open both the 52-M1 and the 52-M2 breakers and also all the load breakers (F1 to F8). After all the breakers are opened, the PLC will start the Generator after a programmable time delay. When the Generator reaches the required voltage and frequency, the PLC will close the 52-G generator breaker and the 52-T tie -breaker. The PLC then will start to close the load breakers (F1-F8) one at a time with a programmable time delay in between. F. When either of the LPL Feeders re -energized, the PLC will open the 52-G generator breaker and close the Feeder breaker (52-M1 or 52-M2) which has just re -energized after a time delay. After a further delay, the PLC will stop the generator. When the other Feeder also is re -energized, the PLC will then open the tie -breaker and close the corresponding main breaker. G. The 52-G breaker shall be interlocked with each main breaker such that both main breakers must be open before the generator breaker can be closed. Conversely, the generator breaker must be open before either main breaker can be closed. H. Failure of the generator shall cause the 52-G breaker to open. 2.03 INPUT/OUTPUT LIST A. The following input/outputs shall be provided. 1. Discrete Input: Breaker 52-M1 "Open" Status Breaker 52-M1 "Closed" Status Breaker 52-M2 "Open" Status Breaker 52-M2 "Closed" Status Breaker 52-T "Open" Status Breaker 52-T "Closed" Status 97083 16410-2 Breaker 52-G "Open" Status Breaker 52-G "Closed" Status Breaker F1 "Open" Status Breaker F1 "Closed" Status Breaker F2 "Open" Status Breaker F2 "Closed" Status Breaker F3 "Open" Status Breaker F3 "Closed" Status Breaker F4 "Open" Status Breaker F4 "Closed" Status Breaker F5 "Open" Status Breaker F5 "Closed" Status Breaker F6 "Open" Status Breaker F6 "Closed" Status Breaker F7 "Open" Status Breaker F7 "Closed" Status Breaker F8 "Open" Status Breaker F8 "Closed" Status Portable Generator in Automatic Mode Portable Generator running Portable Generator Trip signal 1 on Portable Generator Trip signal 2 on Portable Generator Trip signal 3 on Portable Generator Trip signal 4 on Portable Generator Trip signal 5 on Portable Generator Trip signal 6 on spare spare spare spare spare 2. Discrete Output: Breaker 52-M1 - Trip command Breaker 52-M1 - Close command Breaker 52-M2 - Trip command Breaker 52-M2 - Close command 97083 16410-3 Breaker 52-T - Trip command Breaker 52-T - Close command Breaker 52-G - Trip (lockout ?) command Breaker 52-G - Close command Breaker F1 - Trip command Breaker F1 - Close command Breaker F2 - Trip command Breaker F2 - Close command Breaker F3 - Trip command Breaker F3 - Close command Breaker F4 - Trip command Breaker F4 - Close command Breaker F5 - Trip command Breaker F5 - Close command Breaker F6 - Trip command Breaker F6 - Close command Breaker F7 - Trip command Breaker F7 - Close command Breaker F8 - Trip command Breaker F8 - Close command Portable Generator Start command Portable Generator Start command spare spare spare spare spare spare 3. Analog Input: Portable Generator Kilowatt reading Portable Generator Voltage reading Portable Generator Frequency reading Portable Generator Current reading LPL Feeder NE15-3 Kilowatt reading LPL Feeder NE15-5 Kilowatt reading spare spare 97083 16410-4 2.04 PLC ENCLOSURE A. Provide and install an auxiliary equipment cabinet for the PLC and control equipment. This shall be a NEMA 3R enclosure with doors. 2.05 ENGINEERING B. This work shall include the following engineering: 1. Drawing: a. Panel Layout drawing b. System block diagram c. Electrical drawing d. Automatic (input and output blocks) drawing 2. Scheme review and modification 3. PLC program 4. Panel building 5. System Test 6. Factory Acceptance 7. Commissioning: Commissioning shall include a minimum of 4 days. END OF SECTION 97083 16410-5 SECTION 16490 MOLDED CASE CIRCUIT BREAKERS PART 1 - GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Provide outline drawings with dimensions, and ratings for voltage, amperage and maximum interruption. Include instructions for identification and receiving inspection, circuit breaker mounting, trip unit functions and adjustments, trouble shooting, accessories and wiring diagrams. 1.03 REFERENCES The circuit breaker(s) referenced herein shall be designed and manufactured according to the latest revision of the following standards. A. NEMA AB 1 1993 - (National Electrical Manufacturers Association) Molded Case Circuit Breakers and Molded Case Switches B. UL 489 - (Underwriters Laboratories Inc.) Molded Case Circuit Breakers and Circuit Breaker Enclosures C. UL 943 - Standard for Ground Fault Circuit Interrupters D. CSA C22.2 No. 5.1 - M91 - (Canadian Standard Association) Molded Case Circuit Breakers E. Federal Specification W-C-375B/GEN - Circuit Breakers, Molded Case; Branch Circuit and Service F. National Fire Protection Association NFPA - 70 (National Electrical Code) 1.04 QUALIFICATIONS A. To be considered for approval, the manufacturer shall furnish products listed by Underwriters Laboratories Incorporated (UL), or testing firm acceptable to the authority having jurisdiction as suitable for application specified. 97083 16490-1 B. The overcurrent protection device manufacturing facility shall be Registered by Underwriters Laboratories Inc. to the International Organization for Standardization ISO 9000 Series Standards for quality. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Shall be Square D Company, General Electric, or Cutler Hammer. B. Substitutions must be submitted in writing three (3) weeks prior to original bid date with supporting documentation demonstrating that the alternative manufacturer meets all aspects of the specifications herein. 2.02 MOLDED CASE CIRCUIT BREAKERS A. Molded Case Circuit Breaker Characteristics - General: L Circuit breakers shall be constructed using glass reinforced insulating material. Current carrying components shall be completely isolated from the handle and the accessory mounting area. 2. Circuit breakers shall have an over center, trip free, toggle operating mechanism which will provide quick -make, quick -break contact action. The circuit breaker shall have common tripping of all poles. 3. The circuit breaker handle shall reside in a tripped position between ON and OFF to provide local trip indication. Circuit breaker escutcheon shall be clearly marked ON and OFF in addition to providing International I/O markings. 4. The maximum ampere rating and UL, EEC, or other certification standards with applicable voltage systems and corresponding interrupting ratings shall be clearly marked on face of circuit breaker. 5. Each circuit breaker shall be equipped with a push -to -trip button, located on the face of the circuit breaker to mechanically operate the circuit breaker tripping mechanism for maintenance and testing purposes. 6. Circuit breakers shall be factory sealed with a hologram quality mark and shall have date code on face of circuit breaker. B. Insulated Case Circuit Breaker With Full Function Trip System 1. Circuit breaker shall be Fixed, Individually Mounted construction. 2. Circuit breaker trip system shall be a microprocessor -based true rms sensing design with sensing accuracy through the thirteenth (13th) harmonic. Sensor ampere ratings shall be as indicated on the associated drawings. 3. The integral trip system shall be independent of any external power source and shall contain no less than industrial grade electronic components. 4. Circuit breakers shall be equipped with back-up thermal and magnetic trip system. 5. The ampere rating of the circuit breaker shall be determined by the combination of an interchangeable rating plug, the sensor size and the long-time pickup adjustment on the circuit breaker. The sensor size, rating plug and switch adjustments shall be 97083 16490-2 clearly marked on the face of the circuit breaker. Circuit breakers shall be UL Listed to carry 100% of their ampere rating continuously. 6. The following time/current response adjustments shall be provided. Each adjustment shall have discrete settings and shall be independent from all other adjustments. Long Time Pickup Instantaneous Pickup Long Time Delay Ground Fault Alarm Only Pickup Short Time Pickup Short Time Delay (I't IN and I2t OUT) 7. Circuit breakers with adjustable short -time function shall be provided with defeatable instantaneous adjustment and 30 cycle short -time withstand ratings. Short -time withstand ratings shall be specified in rms symmetrical amperes, as shown on the drawings. 8. A means to seal the rating plug and trip unit adjustments in accordance with NEC Section 240-6(b) shall be provided. 9. Local visual trip indication for overload, short circuit and ground fault trip occurrences shall be provided. 10. An ammeter to individually display all phase currents flowing through the circuit breaker shall be provided. 11. Long Time Pickup indication to signal when loading approaches or exceeds the adjusted ampere rating of the circuit breaker shall be provided. 12. The trip system shall include a Long Time memory circuit to protect against intermittent overcurrent conditions above the long time pickup point. Means shall be provided to reset Long Time memory circuit during primary injection testing. . 13. Circuit breaker trip system shall be equipped with an externally accessible test port for use with a Universal Test Set. Disassembly of the circuit breaker shall not be required for testing. Test set shall be capable of verifying the operation of all trip functions with or without tripping the circuit breaker. 14. Communications capabilities for remote monitoring of circuit breaker trip system, to include phase and ground fault currents, pre -trip alarm indication, switch settings, and trip history information shall be provided. 15. Circuit breakers shall be provided with Zone Selective Interlocking (ZSI) communications capabilities on the short time and ground fault functions compatible with all other electronic trip circuit breakers and external ground fault sensing systems. 16. True two-step stored energy mechanism with five (5) cycle closing time shall be provided. All circuit breakers shall have multiple CHARGE/CLOSE provisions allowing the following sequence: CHARGE, CLOSE, RECHARGE, OPEN/CLOSE/OPEN 17. Local control pushbuttons to OPEN and CLOSE circuit breaker shall be provided. Color coded visual indication of contact position (OPEN or CLOSED) shall be provided on the face of the circuit breaker. Local manual charging following CLOSE operation shall be provided. Color coded visual indication of mechanism CHARGED and DISCHARGED position shall be provided on the face of the circuit breaker. 97083 16490-3 Visual indicator shall indicate CHARGED only when closing springs are completely charged. 18. Each circuit breaker shall be electrically operated to permit remote CHARGE, CLOSE, and OPEN capabilities. Electrically operated circuit breaker shall be equipped with charge contact switch for remote indication of mechanism charge status. 19. All circuit breakers shall be equipped with electrical accessories as noted on drawings. 20. Provide the following interlocking capabilities: a. cell door interlock b. key interlock for main -tie -main c. lock off PART 3 - EXECUTION 3.01 INSTALLATION A. Install circuit breakers in accordance with manufacturers instructions, the National Electrical Code and applicable local codes. 3.02 ADJUSTING A. Circuit breaker pick-up level and time delay settings shall be adjusted to values as instructed by the Architect/ Engineer. END OF SECTION 97083 16490-4 SECTION 16580 AUTOMATIC TRANSFER SWITCHES PART 1 -GENERAL 1.01 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.02 SUBMITTALS A. Submit manufacturer's data on all products. 1.03 SCOPE A. Furnish and install automatic transfer switch as shown on the drawings to operate with the emergency generator to transfer the loads between normal service and emergency service. The transfer switch shall be located in the secondary compartment of the unit substation. PART 2 - PRODUCTS 2.01 MANUFACTURER A. Subject to compliance with requirements, provide automatic transfer switches of one of the following 1. Onan Corp. 2. ASCO 3. Russell 2.02 TRANSFER SWITCH EQUIPMENT A. Complete factory assembled transfer equipment with electronic control designed for surge voltage isolation, voltage sensors on all phases of both sources, linear operator, permanently attached manual handles, positive mechanical and electrical interlocking, and mechanically held contacts. Equipment rated 1000 amps and less shall include quick -make, quick -break contact mechanisms for manual transfer under load. B. Project Drawings: 1. Refer to the project drawings for specifications on the sizes and types of transfer switch equipment, withstand and closing ratings, number of poles, voltage and ampere ratings, enclosures, and accessories. 2. All transfer switches and accessories shall be UL listed and labeled, tested per UL Standard 1008, and CSA Approved. 97083 16580-1 C. Ratings: 1. Main contacts shall be rated for 600 volts AC minimum. 2. Transfer switches shall be rated to carry 100 percent of rated current continuously in the enclosure. Circuit breaker type transfer switches do not meet this specification. 3. Transfer switches shall be continuously rated in ambient temperatures of -40 to +50 degrees C, relative humidity up to 95% (non -condensing), and altitudes up to 10,000 feet. 4. Transfer switch equipment shall have a withstand and closing rating (WCR) in RMS symmetrical amperes greater than the available fault currents shown on the drawings. D. Construction: 1. Transfer switches shall be double -throw, electrically and mechanically interlocked, and mechanically held in both positions. 2. Transfer switches rated through 1000 amperes shall be equipped with permanently attached manual operating handles and quick -break, quick -make over -center contact mechanisms suitable for safe manual operation under load. Transfer switches over 1000 amperes shall be equipped with manual operators for service use only under de - energized conditions. 3. Main switch contacts shall be high-pressure silver alloy. Contact assemblies shall have arc chutes for positive arc extinguishment. Arc chutes shall have insulating covers to prevent interphase flashover. 4. Provide one set Form C auxiliary contacts on both sides, operated by transfer switch position, rated 10 amps 250 VAC. 5. Transfer switches shall be supplied with a switched neutral pole (4 poles). The neutral pole shall be of same construction and have the same ratings as the phase poles. All poles shall be switched simultaneously using a common crossbar. Equipment using add -on accessory overlapping contacts are not acceptable. 6. Enclosures shall be UL listed. The enclosure shall provide NEC wire bend space. The cabinet door shall be key -locking. Controls on cabinet door shall be key - operated. Provide switch position indicator lamps and power available lamps for both sources (four total) on the outside cabinet door. 7. Transfer switches shall be mounted in enclosures as designated on the drawings. The cabinet shall provide required wire bend space at point of entry as shown on the drawings. Manual operating handles and all control switches (other than key -operated switches) shall be accessible to authorized personnel only by opening the key -locking cabinet door. Transfer switches with manual operating handles and/or non key - operated control switches located on outside of cabinet do not meet this specification and are not acceptable. E. Automatic Controls: 1. Control shall be solid-state and designed for a high level of immunity to power line surges and transients, demonstrated by test to IEEE Standard 587-1980. The control shall have optically isolated logic inputs, high isolation transformers for AC inputs, and relays on all outputs. 2. Solid-state under -voltage sensors shall simultaneously monitor all phases of both sources. Pick-up and drop -out settings shall be adjustable. Voltage sensors shall 97083 16580-2 allow for adjustment to sense partial loss of voltage on any phase. Voltage sensors shall have field calibration of actual supply voltage to nominal system voltage. 3. Automatic controls shall signal the engine -generator set to start upon signal from normal source sensors. Solid-state time delay start, adjustable from 0 to 5 seconds (factory set at 2 seconds) shall avoid nuisance start-ups. Battery voltage starting contacts shall be gold, dry type contacts factory wired to a field wiring terminal block. 4. The switch shall transfer when the emergency source reaches the set point voltage and frequency. Provide a solid-state time delay on transfer, adjustable from 0 to 120 seconds. 5. The switch shall retransfer the load to the normal source after a time delay retransfer, adjustable from 0 to 30 minutes. Retransfer time delay shall be immediately bypassed if the emergency power source fails. 6. Controls shall signal the engine -generator set to stop after a time delay, adjustable from 0 to 10 minutes, beginning on return to the normal source. 7. Power for transfer operation shall be from the source to which the load is being transferred. 8. The control shall include latching diagnostic indicators to pinpoint the last successful step in the sequence of control functions, and to indicate the present status of the control functions in real time, as follows: Source 1 OK Start Gen Set Source 2 OK Transfer Timing Transfer Complete Retransfer Timing Retransfer Complete Timing for Stop 9. The Control shall include provisions for remote transfer inhibit and area protection. 10. Transfer switches as designated on the drawings, shall be equipped with a field adjustable time delay during switching in both directions, during which time the load is isolated from both power sources, to allow load residual voltage to decay before closure to the opposite source. The delay feature shall have an adjustable range of 0 to 7.5 seconds. Phase angle monitor is not acceptable. Transfer switches supplied without this delay shall have provisions to add it in the field without switch replacement. F. Front Panel Devices: 1. Provide devices mounted on cabinet front consisting of: a. A key -operated selector switch to provide the following positions functions: (1 Test - Simulates normal power loss to control for testing of generator set. Controls shall provide for a test with or without load transfer. (2 Normal - Normal operating position. 97083 16580-3 (3 Retransfer - Momentary position to override transfer time delay and cause immediate return to normal source, if available. END OF SECTION 97083 16580-4 Bid Bond SURETY DEPARTMENT It UY A :irk THE HARTFORD BOND NO KNOW ALL MEN BY THESE PRESENTS, WINSTON ELECTRIC, INC. That we, DBA ACME ELECTRIC COMPANY 1115 SLATON HWY., SUITE E LUBBOCK, T% 79404 as Principal, hereinafter called the Principal, and the HARTFORD FIRE INSURANCE COMPANY a corporation created and existing under the laws of the State of ...•.... ...CONNECTICUT , whose principal office is in .HARTFORD, CONNECTICUT as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK as Obligee, hereinafter called the Obligee, in the sum of FIVE PER CENT OF GREATEST AMOUNT BID Dollars ($ 57. GAB )I for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for WATER UTILITIES GENERATOR DESIGN/FACILITY MODIFICATION BID #98299 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified In the bidding or contract documents with good and sufficient surely for the faithful performance of such contract and for the prompt payment of labor and material lurnished In the prosecution thereof, or In the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this............25.H..................day of ......................................... JAN MM......................................................................A.D. 19..9.... 1 Attest ... f.V.!-L.k......�!.:J..1.1.................................. fit Corpwalan) (� Attest............................................................................................ ACME�LECTRIC COMPANY.............................(SEAL) ........... ........ ................... (Principal) /.J By.....!V:�..........................................................................(SEAL) BARRYROWN (Title) ........................................................................................................................... (SEAL) ............................. ...............(SEAL) L1?. .G'V+....v• GCI'�'+Cr (SEAL) ........... CHARLES C. QUISENBERRY Af&lk (Approved by The Amoncan Institute of Archdncls, A.I.A. Document No. A•910, Feb., 1970 Edition)