Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2015-R0287 - Contract - Utility Contractors Of America Inc - Pump Station Intake Meters - 09/10/2015 (4)
lff*WlIF�dM % No. 6.11 10, 2015 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 12416 for Pump Station Intake Meters, by and between the City of Lubbock and Utility Contractors of America, Inc., and 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 thisSeptember 10 , 2015 '•: ON, •• ATTEST: e e ca aria, City Secret APPROVED AS TO CONTENT: O� 0o Fr in, RE, Director o is Works APPROVED AS TO FORM: RES.Contract-Utility Contractors of America, Inc.-Nbr 12416 8.21.15 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: September 10, 2015 CITY OF LUBBOCK SPECIFICATIONS FOR Pump Station Intake Meters RFP 15-12416-TF CONTRACT 12416 PROJECT NUMBER: 91033 Plans & Specifications may be obtained from BidSync.com (�Zo? E?)7 CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank ADDENDA pI I PJ I Page Intentionally Left Blank It ADDENDUM I Pre -Proposal Conference Meeting Change City Of RFP 15-12416-TF Pump Station Intake Meters bo k TEXAS DATE ISSUED: July 14, 2015 CLOSE DATE: August 4, 2015, at 2:00 p.m. y v The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Pre -Proposal Conference Meeting Change 1. The time date and location of the pre -proposal conference has been changed. Delete: There will be a non -mandatory pre -proposal conference on July 23, 2015 at 10:00 AM, at the City of Lubbock, Committee Room 103,1625 13th Street, Lubbock, TX 79401. Replace with: There will be a non -mandatory pre -proposal conference on July 22, 2015 at 10:00 AM, at the North Water Treatment Plant, 6001 N. Guava, Lubbock, TX 79457. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloresLwmvlubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 07e*ea !law CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently_ restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. t _� 9 ADDENDUM 2 Acceptable Manufacturers RFP 15-12416-TF Pump Station Intake Meters TEXAS DATE ISSUED: July 30, 2015 CLOSE DATE: August 4, 2015, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Acceptable Manufacturers 1. Please incorporate Engineer's Addendum No. 2 which lists the acceptable manufacturers for the electromagnetic flow meters. All requests for additional information or clarification must be submitted in writing and directed to Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloresrmyhtbbock.us Questions are preferred to be posted on BidSync: www.bidsyiic.com Pi d H THANK YOU, CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anv language. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. City of Lubbock Pump Station Intake Meters RFP 15-12416-TF ADDENDUM NO. 002 July 30, 2015 OF \TF,I1 ®eeeeeeeee .I f ®® y3, f ® e eeeeeeeeeeeeeeeeeeeeeeeeeeee go / JEFFREY N. HENSLEY / 84677: CENSEOm 444% ON FREER AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 ADDENDUM NUMBER 002 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. TECHNICAL SPECIFICATIONS: Section 13900 Instrumentation Reference Specification 13900 Reference Page 7 Part 2.5.1 Modify the paragraph to read: "I. Electromagnetic flow meter shall be from one of the following acceptable manufacturers: 1. Endress & Hauser 2. Siemens 3. ABB 4. Badger 5. Krohn 6. Rosemount " END OF ADDENDUM NO. 002 Pump Station Intake Meters - 1 Addenda ibbock ADDENDUM 3 Close Date Extension RFP 15-12416-TF Pump Station Intake Meters TEXASDATE ISSUED: August 4, 2015 CLOSE DATE: August 18, 2015, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Close Date Extension 1. The closing date for the RFP has been extended to Tuesday, August 18, 2015, at 2:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(iumylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 16*& 514w CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently_ restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 1 11 City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 15-12416-TF Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. _ _ ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. ✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. J Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Utility Contractors of America, Inc. (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Pate Intentionally Left Blank 1 I NOTICE TO OFFERORS Page Intentionally Left Blank I i� NOTICE TO OFFERORS RFP 15-12416-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on August 4, 2015 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: Pump Station Intake Meters After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing } and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on August 4, 2015, and the City of Lubbock City Council will consider the proposals on August 27, 2015, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer 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 proposer 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 $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror 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 proposal submitted. There will be a non -mandatory pre -proposal conference on July 23, 2015 at 10:00 AM, at the City of Lubbock, Committee Room 103, 1625 131h Street, Lubbock, TX 79401. The estimated budget for the construction phase of this project is $250,000. Attention of each proposer 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 and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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 offerors that in regard to any contract entered into pursuant to Pi this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals 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. 0 The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta-ACvareZ Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank 7 i GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Pump Station Intake Meters per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM on August 4, 2015 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: "RFP 15-12416-TF, PUMP STATION INTAKE METERS" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory nre-nronosal conference will be held at Julv 23. 2015 at 10:00 AM, the Citv of Lubbock Committee Room 103 1625 13' Street Lubbock TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsygc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract 4 Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at bqp://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering 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 calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. `t 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors 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. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if anv laneuaize. requirements, etc.. or anv combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such 4. notification must be submitted in writing and must be received by the City Purchasing and 13 14 15 16 Contract Management Office no later than five calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 365 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 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 ensure 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. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 4 t 17 GUARANTEES 17.1 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 TWO years 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). 17.2 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 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. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third parry 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. 17.4 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. The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be famished 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. s 19 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 proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer 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. i (b) A sworn statement of the current financial condition of the proposer. i E 21 22 23 24 25 (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 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. 20.2 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. 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, both known and unknown, 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, and/or the owning utility at the Contractor's expense. 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. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer 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. INSURANCE 25.1 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 -1 f i t 3 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 before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that 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 proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the 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 Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 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. 26.2 Before construction work requiring an inspector is to be performed on Sundays 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 Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being s 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. 26.4 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 27 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 shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and z agents of the City. The Contractor must classify employees according to one of the classifications set 7 28 m 30 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, sixty 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. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal 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 proposer without being considered. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City. The bid form shall be correctly filled in, stating the price in 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 unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal "RFP 15-12416-TF, PUMP STATION INTAKE METERS" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. f (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. 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. 31 QUALIFICATIONS OF OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service i required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock - specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time for Pump Station 8. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR of 1.0 or greater, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 5% CONSTRUCTION TIME FOR PUMP STATION 8: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 10 i' ' 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If ' the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $250,000. 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid 3 process. Violation of this provision may result in rejection of the bidder's bid. �- 11 e 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: hiip://www.wdol.jzov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 9 12 TEXAS GOVERNMENT CODE 4 2269 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction ` documents, selection criteria, estimated budget, project scope, schedule, and other information that s contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation * to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Pap.e Intentionally Left Blank PROPOSAL SUBMITTAL FORM I Pau Intentionally Left Blank I I I I PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT WAILowi 5. PROJECTNUMBER: RFP 15-12416-TF—Pump Station Intake Meters Proposal of Utility Cnnt_ra-fnrs of Arnprir, Inc (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Pump Station Intake Meters having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended wort:, 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. ITEM NO. DESCRIPTION QTY (tl-} t.iiM UNIT PRICE EXTENDED AMOUNT N a. s Mobilization - Contractor mobilization including I I LS move -in, set up, move -out and clean-up cost. Provide and maintain a SWPPP - Including 2 preparation, NOI, NOT, and all other wort: I LS 0100d 6 cao,t� '' considered incidental to this item. 3 Trench Safety - Complete and in place; including I LS soc;* 9.N)D°" TX PE sealed shoring drawings as necessary. ra Cut in and demolish existing SCRC pipe and 4 existing chlorination manhole Including all equipment, tools, dewatering, temporary plugging. 55 LF ,?'750° 151 o15O° f removal and disposal of pipe as specified herein. Furnish and install gate valve sized far new epoxy $ coated steel pipe including all hardware, joint 2 EA 1'0?0'09o-' fittings, reducing spools, equipment, tools, labor. and supports as herein specified. Install electromagnetic flow meter (meter by 6 owner) including joint fittings, adjacent pipe I LS /C /Q W0ee supports, isolation and grounding rings, equipment. tools labor, and testing as specified herein. Ofi'emr's Initials: ITEM NO. DESCRIPTION QTY {+ } U/M UNIT PRICE EXTENDED AMOUNTFurnish 8_root diameter round , pre -cast concrete vaults including all concrete floors, integral sump recesses, precast lids with integral access 7 components and ventilation openings, and ladders; and install all elements of vault unit including all 2 EA G% excavation, foundation and backfill compaction, joint compounds, knock out of pipe openings, opening seals, equipment, tools, and labor to perform work as herein specified. •4R- Furnish 8a x Gfi rectangular pre -cast concrete vaults including all concrete floors, integral sump recesses, precast lids with integral access 8 components and ventilation openings, and ladders; and install all elements of vault unit including all 2 EA excavation, foundation and backfill compaction, joint compounds, knock out of pipe openings, opening seals, equipment, tools, and labor to Worm work as herein s ecirted.. 9 Epoxy Coated Steel pressure pipe. (sized to replace existing 33" SCRC Hanson pipe) z3 LF /rG �r°�+ Furnish and install SCRC pipe (as required for thrust restraint joining) including additional pipe 10 removal and excavating, embedment, backfilling, 90 LF d&�' G93, 4400- joint welding and mortar, equipment, tools, testing, and labor as s cified by Hanson Precast, Inc. Furnish 12 foot diameter round pre -cast concrete vaults including all concrete floors, integral sump recesses, precast lids with integral access components and ventilation openings, and ladders; 1 I and install all elements of vault unit including all I EA�et excavation, foundation and backftll compaction, joint compounds, knock out of pipe openings, opening seals, equipment, tools, and labor to perform work as herein specified. -OR- Furnish iOfi x l Oft rectangular pre -cast concrete vaults including all concrete floors, integral sump recesses, precast lids with integral access components and ventilation openings, and ladders; I2 and install all elements of vault unit including all t EA /J/- excavation, foundation and backfill compaction, joint compounds, knock out of pipe openings, opening seals, equipment, tools, and labor to perform work as herein specified. 13 Furnish and install Dismantling Joint as herein specified. l EA � o,Q % {3fTeror`s Initials: 2 ITEM NO. DESCRIPTION F— QTY (+d i Ulm UNIT PRICE EXTENDED AMOUNT 14 Provide 4" Blow off valve assembly. I EA 0'+t XJ( c9,e4C0 15 Provide 2" Test port taps. t EA 55i� ' , 5d* t Provide cement stabilized flowable backiill material. 40 Cy 5,� Furnish, test, and install all associated electrical, instrumentation and mechanical equipment and appurtenances to support the intake meter at Pump Station No.8 including the electrical, oe► 17 instrumentation, and mechanical equipment, I LS t 10, training, testing and all installation work completed and all other items not specifically noted elsewhere as shown in the plans and described in the specifications, complete and in place. TOTAL PUMP STATION 8 (ITEMS I-17) S ,J � D-75 Liquidated damages will be assessed if work on "Critical Operations" is not completed within the time indicated for PUMP STATION B. These items are critical to the pump station operation. Loss of pump station operations can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. Liquidated damages have been established for critical operation for Pump Station 8 -- Maximum time out ofopemtion is 30 CALENDAR DAYS and must be performed during the months of October, 2015 to February, 2016. Liquidated Damages are $ ,000 PER CALENDAR DAY and will be assessed for each day operations have not been restored over 30 days andlor each day past February 29th, 2016. i K+ UNI I C A I r- NUCI DESCRIPTION UIM PRICE I AMOUNT a swYrY - Locate, survey and stake alignment for water contract drawinil 12" GA tools. labor, and testing as specified herein. Furnish 6ft x 6ft rectangular pre -cast concrete vaults including all concrete floors, integral sump recesses, precast lids with integral access components and ventilation openings, and ladders; excavation, foundation and backfill compaction, joint compounds, knock out of pipe openings, opening seals, equipment. toots, and labor to Lwrform work as herein stiecified. Furnish, test, and install all associated electrical, instrumentation and mechanical equipment and appurtenances to support the intake meter at Pump Station No.6 including the electrical. training;, testing and all installation work completed and all other items not specifically noted elsewhere as shown in the plans and described in the Offmw's Initials: ��C 4 iTEIvt �. QTY DESCRIPTION U1M tom! } Io'x8' rectangular precast concrete vaults UNIT PRICE EXTENDED AMOUNT including all concrete floors, integral sump recesses, precast Iids with integral access 25 components and ventilation openings, and ladders; and install all elements of vault unit including all t EA a, excavation, foundation and backfill compaction, joint compounds, knock out of pipe openings. opening seals, equipment, tools. and labor to erform work as herein,sF26fied. Furnish and install 20" diem. electromagnetic flow meter Including additional connecting pipe and 26 reducer spools (as required), joint fittings, adjacent I EA pipe supports, isolation and grounding rings, & r ' lea equipment, tools, labor, and testing as specified herein. 27 Flowable backfill as approved, complete and in 10 CY lace COL Specifications. ,00 ,35000 13J "" 1, FuRsh, test, and install all associated electrical, instrumentation and mechanical equipment and appurtenances to support the intake meter at Pump 28 Station No.6 including the electrical, instrumentation, and mechanical equipment. 1 LS -70 training, testing and all installation work completed and all other items not speciflcally noted elsewhere as shown in the plans and described in the somifications, complete and in lace. TOTAL PUMP STATION 3 (ITEMS 25-28) S /65-r-6r 35b' PROJECT TOTAL S (Items t - 17 & 25-28) $640.425.00 PROPOSED CONCSTRUCTION TIME FOR PUMP STATION 8: I. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: Jq 5 Ofi'eror's Initials: 4LAI— CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 8 i�l Contractor's General Information Organization Doing Business As Utility Contractors of America, Inc. Business Address of Principle Office 5805 CR 7700 Lubbock, Texas 79424 Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 Web Site Address www.ucatexas.com Farm of Business (Check One) Date of Incorporation I X JA Corporation I JA Partnership An Individual November 1, 1987 State of incorporation Texas Chief Executive Officer's Name Britt Lane President's Name Tv Lane Chris Balios Trov Lane President's Name(s) Secretary's Name Wanda Garrett Treasurer's Name Martv Hamm Date of Organization (Average Number of Current Full 41 jAeerage Estimate of Revenue for the current Year Contractor's Organizational Experience Organization Doing Business As Utility Contractors of America, Inc. Business Address of Regional Office 5805 CR 7700 Lubbock, TX 79424 Name of Regional Office Manager Ty Lane Telephone Numbers Main Number 806-863-2642 Fax Number 806-863.4132 Web Site Address www.ucatexas.com s• List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies doing business: Names of Or anizatlon From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 1 28 JAs a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No if yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal In the past ten years? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agencey within the last five years? No if yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As utility Contractors of America, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. include this chart as an attachment to this description. See Attachment No.1 Ty Lane is the President, Marty Hamm, Troy Lane and Chris Balios are Vice Presidents and at times act as Project Managers as well as Superintendents. Jonathan Ziegner is the Project Manager on major projects. Superintendents are Leo Garcia, Gilbert Prieto, Bo Rodriguez, Jr, Steve Levitt and Josh Lane and they answer ultimately to Ty lane and then to the Vice Presidents. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. Chris Balios is to be the Project Superintendent. Jonathan Ziegner is to be the acting Project Manager, Safety Officer. and Quality Control Manager. .- •- Provide information on the Key Personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these Key Personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Project Manager Jonathan Ziegner Project Superintendent Chris Balios Project Safety Officer Jonathan Ziegner Quality Control Manager Jonathan Ziegner If Key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of time that will be devoted to each role. If the Individual is not to be devoted solely to this project, indicate how much time it to be divided between this project and their other assignments. Proposed Project Manager Organization Doing Business As Utility Contractors of America, Inc. Name of Individual Jonathan Ziegner Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Percent of Time Used for this Estimated Project Name of Assignment Proiect Completion Date Name Wood Franklin Name Mike Keenum Title/Position Public Works Director Title/Position City Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2343 Telephone 806-775-2393 E-mail wfranklinCa7mylubbock.us E-mail mkeenum@rnail.d.lubbock.tx.us Project All City of Lubbock Projects Project South Lubbock Drainage Candidate role on Project Name of Individual Candidate role on Project Project Manager Years of Experience as Project Manag er ears of Experience with this Organization N umber of similar projects as Project Manager Number of similar projects in other positions Percent (Name of Date Name Name Title/Position Title/Position Or anization Organization Telephone Telephone E-mail E-mail Project JProject Candidate role on Icandidate role on r Proposed Project Superintendent Percent of Time Completion Date 1 Name Wood Franklin Name John Turpin Title/Position Public Works Director Title/Position Engineer fl anization City of Lubbock Or anization City of Lubbock Telephone 806-775-2343 Telephone 8067752342 E-mail wfranklln(&mylubbock.us E-mail btu in ail. ' l bbock.tx. s Project All City of Lubbock Projects Project South Lubbock Sanitary Sewer Candidate role on Project Candidate role on Project Supervisor Name of Individual Troy Lane Years of Experience as Superintendent Years of Experience with this Organization 21 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Percent of Time Used for this Estimated Project Name of Assignment I Project Completion Date Name E-mail role on Proposed Project Safety Officer Organization Doing Business As Utility Contrators of America, Inc. Name of Individual Jonathan Ziegner Years of Experience as Safety Officer Years of Experience with this Organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Percent of Time Used for this Estimated Project Name of Assignment Project Completion Date Name Wood Franklin Name John Turpin Title/Position Public Works Director Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2343 Telephone 8067752342 E-mail wfrankiin0mvlubbock.us E-mail Jturain()mail.ci.lubbock.tx.us Project I All City of Lubbock Projects Project South Lubbock Sanitary Sewer Candidate role on Candidate role on Name of individual Marty Hamm Years of Experience as Safe Officer Years of Experience with this Organization 24 Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Percent of Time Used for this I Estimated Project Name of Assignment Project Completion Date Name IE-mail I [E-mail I ! ndidate role on idate role on Contractors Project Experience and Resources Organization Doing Business.As Utility Contractors of America, Inc. Provide a list of Major Projects that are currently Underway, or have been completed within the last five years. See Attachment Provide a completed project information form for projects that have been completed in the last five years w is specifically illustrate the organizations capability to provide best value to the Owner for this project. See Attachment Include a completed project information form for projects which illustrate the experience of the proposed key personnel. See Attachment Provide a description of your organizations approach to completing this project to provide best value for the Owner. including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting NUB J MWBE Participation Goal Provide a list of major equipment proposed on this project. Attach additional information if necessary Equipment Item Primary Use on Project Own Will Buy Lease 330 Excavator (2) Pipe Installation x 95OG Loader (2) Embedment x 420 Rubber tire backhoe (1) Site Maintenance x What work will the organization complete using its own resources? Trench ingjBackfilling, Pipe and Manhole Installation What work does the organization propose to subcontract on this project? SW3P, Instrumentation Contractor's Subcontractors and Vendors Business As Contractors of America, Inc. Provide a list of subcontractors that will provide mare than 10 percent of the work (based on contract amounts) Name Work to be Provided Est. Percent of Contract I HUB/MWBE firm (Provide information on the proposed key personnel, project experience and description of past relationship and work experience for each subcontractor listed above using the Project information Forms Provide a list of major equipment proposed for use on this project. Attach additional information if necessary Furnish Furnish and NUB / MWBE Vendor Name Equipment/ Material Provided only install Firm Western Industrial Pipe & Fittings x O'Tool Pipe & Fittings x El 1 ? Q GLn N t/1 m r to U m Q N � .Q O m 2 U 4fl c W m u c O Z a1 u u, O m an v m in c to L w m u N m 1— a► aoz m m ti Ln FL 4A co E s = Z � L =a m a, � +:• OL. lii 14 = no. a a m Y Q 3 Ln C E m 'V a 1-1 to m Z -0 E cc u vf. C ao N _ 0 0 a m a c rs m c CL 40 t O �a► L o ° a�i 3 o acaax a O�u m c O '^ E a O V m m x O cn *� s u O e tf- L I :0 E: •u ;G E tii q0j Q1 in •p H v a ' cLo `_° IE O co �• oj .W T ctt @ = tV m .CI y m C w c w a `� m rn1 en ��-► Ln m m .Q c c M Ln ca cn Q' r m P. y Dd 00 E R O Z a a a m E � � aL w m g r a c j s� 40 O ++ W 1- C � 0 CL CL m Y Ln w Ln m Q? N R u. u � c H V c a o m CL E o.° L o c to a L m c d a a O Oa(�u.o ti o U L. iJ ti' L 0 d = m as a� a as Vl o`.t9aL� a 0inu Q a u m N C � u O G .2 L m— E N _ U _m u W cc L � L u O "7i m m ,. v R u N Ln Q i Z m 00 �a+ c �N N m di a c N r11 IV tp C 0 .4 CD c in u N 0 ..r C Z Oi L m eo c CL m c ; = a e» G F? W a CL CL m Y � io � C O. o0 O C E o Ln a NZt rev ns a u v�i c tw d Q c e w L c+. u c ti = t L o a aLwa.x 431 L � N E 0 �cra 3 H a L e0 tc LU Q L W e . a � d L a G c Q a U ao w H of A � = a _ i L N R � O •� N co y Q. !� H d o c a M E m 00 =_ o .d, 1° d c o c u w e « o a � a. R Q L F � N O~�pp p C r1 N cm N �o 0Z i _ ♦>.+ A C ar N O � I O c Q c L c Q a � r 16 L} L' W a c � CJ L o wcro • u E -2 W tg i Vi Oi a 'Q �• u � a m m c N a a G n o Y�1 dJ ate,. O H d O L J � �= fo C Q tY t LD Lh C Q m C 'A .0 `C i i 'T7 CL M1 M a a. u C 'o t°t a � EE co 00 E u c zV a .ate Q £ 10 tw C ! O s+ •O ` a a. M N +M v y C '&c « p �c fl CL 0 Q. Q m o N rr M (� tY a a m E u- 0: N ¢ tE0 C N `v 4r O ;, �d L o. G c +, Q. L m /d L u Q u = O V C Q! 3 C 0 •t!! aLt�aY a Onu° ON v � L _ a N jp LL � � Q NY = O { N y• a m vi 3 E at as N v a 'a O v IT •a +' •4 Q. co N n h G. 0. L C Qi n i E m E~a�i 000 c z m s. d r "v C N rai C a ti 0 IL c e 0o no O LU to C � O i a m a o Tr "ad E = 1S 0 ul ar Z n rIA. m m a m c c N O Q vas. o —a p �. c m O = u C C N m 10 O t G ct Y cc Im C N 0 v m N E L C 3 o o � m CL _E ui V t0 41 C M L C a t CL z 3 0 s L "- a tA a C a y V IV � � L o us to N m Q --� E To vN cr a -0 °J ~ ao a E 0000 OQVo 0000 i.i G a 2 L. V C O t=a m a tQ p CL 0 v O IL �. O c N 0!' O to = Ln oy1 O ate. w m }- Q C !a a f�aC m c E w ° � Z m"Di ,&- N 0 C i 0 r m m m }• c u c 2 0. E c C = to ~ N m L •� b C v 3 �, N' p p o V a u L d a L a a a�a om aLr p t°� o E E c a y 6r` •L u coi u a — — E E S •1° E M W 40 *m. H 1 E C g C1 L t6 m a i�v, = E ci c '�+ O O u a E u E N � E cL = o �= w QW L i m E = m8 s- g � m N N 41 CA •a a�'i Lm c to m cn a O 0 fit. ti v eNt E J a~oMa�a C O co E L' c Z ' .G a eo C L p° +• C a m �+ C E O c u W c y 0 N N a m X a tll E c " C mc u a _ a •emu ttoo H G E Z Oat w U v 00 E x a = 0 c a t;t c h d v •� r L a. 0 0 r.. c aD a c C Q. i pi 1! m L N 0 c C it fm 1r iu11 C a` La7 aL Y OaG O 0 E u m H E 0o M .G 7 2 w • E E E C ai1 C Li s-L L " C 3 o w C L LU VL cc = N CS1 t0 w G I7' LO cr C V a ° > >� Ln Ln oo CL tI� Ci O 40 O OJ Sam � o O d C mCL C W J O w � u i � a cs to x t°- 00 46 c o rn o N `L° m -0 c E °° N 0r Z o" a ot�K° V ° CT a L a L O O O L = � C C �+ � as C d a 00. c 3 � ° U u L C C o a°► w a MULE � O0c.� a: N u m �� ° <C o U w J :7L Cr Q E N 00 N i E a Ln LU Ca- L C z. Om o d u co N Q r4 . i J J N ui N ri O u 3 " N a�► c •^ c� > a h b C Q - 1°' v -coo C7Q 00 00 E Z J a L C o � J = a aL ou CL c La> O 0 LU c00 w CL R N QJ d h C E �£ t� x u u ad � Z AA' L C J C tad LLJ C =' ti 00 N o s2 .G :.. C J 0 m CL C *O C '- O C m R c H °' �' 0 u O O -, c L i d% iS 0! 01 di CL aLcc w :2 Oyu Q um SEE 3 : /ate�, aa+ i E C fO C fit 0 Ln L Y E O 0 V E E CU. .0 J Qi w >. C CO m Lh 4t L Ln to N J IA m 01 Ln O C} CO to 40 fp •tS C en N N cr coo (D CLO a. a ) = y Ot cp LLB n w E co co 00 8 w IV m E Z ta' 4 e. v dD C ar •*a•cr - 4; o to m C '= o " w v o c N> c a CL O Ot r a w tt� to C LL i L� a o CL 4i a u m oLn � u .s o► ��' eu Q wC E eo v 15 a m m o in V C N � a a iv eo O � L O C L CL C a 0 O y �+ t.i p Oi a C y Oi v C.c 0 4 L 0.. L7 0. w m f" a c N o � m E 0 c0i u O. Ln ��� _�E > z E E Q = O O CL V4 W E L 0 +�+ = o a CL E c �. C a ,.. 44 44 n m w .w � c C R H V i o L C R !0 N R c E 0 R ry co co S a �a �+ E z �NN0 to LA n A h c Q. Q o- >. o V V F- ID co O 00 c0 c u c m Z v 5 u_ 0 L 4; a n w d 9= R R u O qJ L a rp wo N m 41 to c a C }} - 0 L to e�-1 CL Go O M N u D y~ c .°n m e E 0 4) .Q J 0 N Z N N Lj ai L O AJ► C m _ N um o a 0 u R c c d) ° d c 2 w G eo n aL falm1w IO tO.t `o a e uQ m E c Z' v y .m a" E c •£ w i sY1 Q! q� OJ L u a L C t o E `° Co r4 LA u a L .�! .� rl = f0 � N C cr to0 G1 Q: N t dj Kt .OG c. tit n• n' w o N L Cca t7 « 06 c0 m u R N L c co o L a ova © R CL ai O o« w �a u O ♦+ �' o Ea c rry CL cv E D us c > p to C1 Q, i1 in C E N Z c � E E • .X O C ri R : U w a 4a W ,G N O �. O C J � �.Q IL o ° � L d g V d Q. u o O 0 Q i a7 c d 0 a7 �- N 9LIWfix Y 1 10 G Q c ,. u cz E w u 3 °' - C _ at L E. E cu w ® d R L E R�r `'CL C) L'*' 'p ai V! ro .� ou W ct M i - iU ei R y R p 3 = rn co Oo M v-4 Ln co � 0 Lh tL4 r:r - CL o -'a W E u = R Z • p a O Qi N L L a, C i m C6 ' Cl � F... u tw � w a► o a- t C G C Lco J N IA m V ZfN 4 p to E O } _ta c N u O p R C a e � L Y ' = y 40 o 0 c W il r+ d a A 44: CD Q Yl 0 o E c cLM E m 0 a �► w ai p°rj c a CL E " CM to E a ECD 'emu 4- fa C } �+ Q m L L. m L .. = 0 !EA C ere.. L . 0 V Z Iu to to 0 c to a to m ri c -00 o N o0 op °o Ls r=i Do rt co o a,e c 4WvwLD a w E c00oo o�0 E f0 a 2 a ar'i O IV L -o ate+ = o 'S m m m c m m a �• a s + Usro c a o v d w ,M a. 0 o fl. a m F C M '�y3 L O c G p 'j w coo c ° E ` m 4 o CL m vN a Z r a= m 0 ON c v' to C N � o ° a E o = to i. vi it O o c L v a e c ° W O a. t9 0.. Y CmC O G ti o 0 t°i m c • 0 U C e~-t � C a XO L W y E O _ ° m d E H m •° ° •ts ar'► o o Ln V-1 n a Q, c °• a dcc*o c m cp is � � c Z � a ° m c �v a a !? a u c CL y r'' V d c m a is a 0 t° a a m t4 C �n Q Ln tD .� to u � 5 u�i1 m ° z 40 E 4 v C3 � N � N �cc t:. L a L Q tic CL L i3 a o c 00 y c tito9a x � OGv° r 0 0 v° m E E B rn 0 0 .y U Cr 0 iA -0 L=L p O _ a E m V tat 41 ~ v E 0 -a 3 Cl � o m � � � to 0 +. L tr? Y � m u L c a m O Ln is 3 m ry ct aa. cA rn A• a d N !- © O O cn 0 .� iV E ot) O, 0 00 E .r z m a C � d L to do c L ao� � d m 0 a � L� U. O m o o c c g LM w w w 0) in m •-. a a � a 0 a a m {^ x c o 4 w a 3> o c tEo s Cl s .a v�'i _ t9 u v � a E � L O d c m a i d w c m t: Y 0 ; t V a CV a`t41tx a°tr µ M C .0 0n u m _ M # s s y i « M u Ct E wvt d ° e o' E n L � O y O 1Z } .G t0 E m r+ •yam V L C _ C d � R m tV !Mp Ta en 00 g cr meus n � a 4u > c Lh vs w 0 0 'a d P R 00 i OJ L v! L trtf to C m z G} w C1 M �t O g d FA c Q .a o s j? u i O u. O ♦p. o a Ln c. 0 0 �o 0 ppp� dG tip y 1G V L c 's NCL C �` CG E •� Z O M Amy Me � C N d 0 •� 0 N � IL p L O � C O M C tiD CL L N d N V p C) a; L dL. t7 0.12 Cc 0 o V o M v m p � � •L C 14 V a! c a E o _ 0a W u QJ 00 L V S co AI N E L V o `� C } o �d L LM L in a t0 E R a m 00 'o d m s° m c o o sv IV n ao 1 � N dt ~ m � d E £ C R Z � 4- p m tp C ti C A L C0 C a` o m s . C CL 41 L a � 0 a a M ass. w Ln u a� � Ch C m H Q 00 00 Z M d te AA E m u p a £ L p c Y 10 4v vs Ol C on u p u C L u Ci 3 L Ln 00 p 0 �a 217 m E ,C U cr .� �. V * = Lit C C L C -M [� 00 c ai u � i H 4,1 Qw X in E m m O M E tD It* as rn 3 Qi O et E a �_ E 00 v c Z o p C Qa :• d L m .6. aos p L m C m d. ;2 C 2 co a ate+ p "L c u P 0 M Q X 4? � is v se u re P� � s S a J Ln P- z f0 0 it)- E _ y CC w w d O M i6 L d L � p L c CL L r m N4w G Li a�'i .0 as C a CL a4.1 w C A p �+ C CL.iia. a OCU a •� 0 c = L x E C W O to iA L .m W W .V w R ca 'S O co a _ v tv E 2, in C �= ` CL uvk L tN0 ul Ln r- tp O ♦+ •m 3 � 9 �-! t3S ri t .1 °° O d CAf l% m o£au uF00 ao E W E Z 0 O L a it a V C _� L L 0 G C CL y 00 K CL x NLn N 3 a� 06 � u a cCo = Q > C N R is O ro CL Ln Ln Z Y c E e T y � C N O m W O L � O � y d 0 c ° 3 Oau c �►, m � C 8 OL. Ci dL. X O Q o u° m O > ht ;j CL ELU a 1 CL ¢ .r a v a ,s O ca c — a 3 C L u a ul a a C W L —r m +w h Q O N to a V Off. Z C N W co 0 > n c M, a er 2 E U ~ 0000 �o LU _ 2 a � d a L w c ea ram= 0 CL on C 4+ C W c 0 L i% l0 c �4 �j in — m W E '° .� O Cl �► 2 a > E J u ti c C _N u G C 0 � O a+ � L o a � C L as o i+ G t c h V H C ti CL C L a a •-• C a '"'• fir. .r In C c` U aL x cac O O V c IA o CL t.3 4 O 3 .0 LW m � cr E w L :: G E 0 u O a>i c 3 co .14 ro O H L 0 a � 3 L J � cen N Yl Pl a To a cn rq in o4 'a ,0 4.0 uS uT a •� 0 '° CLCL h n E 41 L CL~ ~ 000 0t 00 a c a •rF� �! 0 L t' C a CL G C J 0 C CLU to W a p a � 0 d L M r c E ac', ce ZX m a Y C 'C ate+ u v c v y v � O � L a L W L O a u° v L 0clu aLWCLLx 1% m 1 i_� Vi o o �. � � v >Z � E L E 1 +-� ti W @J "R7 Y L V1 .Q ° two i � a L R 41 CN rn %D C ' a. rn tJl gl '�Ii .O a � ct E � ta► ~ co Me � � 00 C C 4�► tti d C yO i+ L � � ca tV � O r w O L a R ttt N � a tad " R 0 > w T Z w Rr rl � to C i+ N i v O E O a L O = L C � R a ° tit�aL� a ocu° M � 3 41 eVn R7 10 W N m > 1t cJf O co e m > to i `!' C L 00 R 44 a N R a iYt C1' G '> W t0 C) rn CL v o y c ova z ca u co 00 a a v a �O a A. L ar to occ R00 0) to Q� 0 a �o � o � ate, E 'a m i+- 00 o R �` Z Q: r . a A w Y to C to �t v O 0 m a � Q a O L aeo O C = C CL N R 3 a � 4) d C fA C Kok Cat° aLt�ti� � N O t0 5 E O co K V L _ R p a. Q Cf OLu ... .R R ti 5 L Ln G a C 't3 as 0 G L C O � a .G C L aii 4- y i a tj 3 L C . N t0 N � a H R rn 00 (A tT C N h .� x O c ^ Lh d h. h o?i Egg op 00 m O R jj((��'���/�/� C 41 Z C L a two O i _ b m At aR. O c w 0 O O its m N �- a .a .o LM od a a a _ E �o ~ E o � x eV u C �n v v O 0 a ti E O v. L O C u C .d #A o L L aFia w° � N C C a`c�o be in: you o o = uQ a o C` !" i C Q &u cu E ~ C N > v O s s CL Om.... �` E E 1+ L u i N L N a CL tj � s y L � N _ N a M 00 G! c M c Ln in rr c }. 'p P, h h c m CL r 00 a o0 to _ mt6 y �/ L t; L '' � W 3 CL o a. CL CL m Y d N 0 Ln fC c_r X i d G E E o •Qgo i Z p S O £ v n juR v Q IES 8. Q O aeA a = � 3 U i 0=i L ►� C i Q1 LUP it 0 0 ul o rJ m E �+ N Q t m 0 A2 E o 3: V m L O Z! m u 10 lU d L R oN h C 0 m a 3 co.rn to d i _ _ W Ln m E C. +'••� •� ~ zy eq H eq a ti E = M a. c cM m N d a - -w o F- O a S � •O a � a 0 CL a �o N N O u Y ' inOmG u d Z m a+ vim•► _ 0 � L Q . =t L Q c ii m c a v 4 O w a % 00 N Q = Q a w = M N c N t co o CJ i+ h tY.1 w •� O C E N _ .� N v t N C -s w O i > a ca `x W a L N (Q = fII M 3 = M Ch = M � s -� � 0 N ri LA 'A C7 �E L E 3 0�0 0000 E �3 C Z a! M t; tJ a. L 00 = V . 00 a d 0 M w v O E {� 0 a. a. cc a a a VI a N - N u t J � _ (U E m �d Y lJ i/1 i C a O W = L O C m CL Q a m c a a' Q c w O Li ..aq tai L y c %- a a a IL L 40 a Oau ata�eLbe a P a u° o E y c Y v 0 U w O• C m W L ra 3` m o v co00 _ E E c+ a m m a Y L m LA.w. 0 w L 00 Nm N M cn O 3 c o 0 N V 0 m Z C m m m 2r G7J w �{ a L CL CL Y a N E fO O •- Q = E C y o L �-+ m]L y Z a: g O �e c c m `a 'C 10 m a lo ac m o d a 3 o.WgLlw Z. a iu c a « y C Q sm m � v to C G u O N m 3 L w E U. Y Q Y V) � Y C ;L y � L `U N W�+ c E Vl m � 3 m � c' m c '° m �mr Y = c _ Ln a E £a00 ,�w� m c m m c d m m c �sa S C U O N � W a ' 0 Q. c. m Y Q VI bc J N C E m .n E '^ o c c aL aN+ m c L 'u d N c.t7ax cc Oos to y y K u co � E .�2 0 0 . y E E w o "� m " m tw LU C •� E C � L m E e Q 0 O o = g y L 'w a H c •C tn w ? O c v� L t+ m O x M m p V 7 0)M C Q► Gt m C14 am�°sLn y f» Lo CL E A bra to Lo £. L c Z }m .� m N o} O L m 0 o c 0cu w J C p, = C w 00 0 m � to O � U ato 0 Q. m O O *' E m O C Nro O r m Z m a V c CL c Ja o m m mw ° Cto ycr 0 �7 m " c 3 a"r a� ai CL = uso 2 § � 2 4t @ k S 0 0. kn "1 C -0 N — J w: t CL 2 k E W J § m ® s ■ 0 2 ■ 3 M E E m ■ k E z c rn � = 7 2 G t22� A I% A 00 E & � _ § 2 � 2 � a � & ■ c o m a § # 2 3 CL. 2 2 � a ■ e k 2 CL r % ■ % � § 2 £ � o O m c C � g 2 . $ a § c c k CL ° c § © o 2 ■ § _ - a w It it o k �. ar 3 V it H Il d i O ioiy. i +7k R m Ln in Ln L m •C !C W V` C m R R Y R � 61 y u 'i t�D o C c N N > z w v a�i C, r.. d d 4- w n n z a V W ~ m oo c o a v zIn ° a c a m c o c 0 o a. a p c ,X m R z c o d R m M 3 t0j a} d N J • v�i m o C i a:M O ;.. E O a o a o t� O Y u IJ N R O a C _ R CL o` o pp � _ W 3 R Y E -c Y .0 Y c° ¢ d o d •a w E 'a • E 'v NO a a vai ii � R N M � Q Q Q W W. � z u U �. • a• a U .r C C R R TR,. W Q = 2 U u Q • J'r tj c'ci Q a` u CJ • a CL c c •� ♦�.• 0! CL C u m en c E a i- to -a • m 00 o�Q v w a $ In vu7 S a = • `'� "� d. P Qj O QjAn" . N Q V? I.I. Y a R o $i w o .� C O > 6t u • O c � O CL C � 3 111GGG71yy c ar � a, � o �. io n v w O= O o ai V c 3 c d a m oa 3= O ar d a N L d .. 0 11 I P P, H Il I H u I 11 r I Project Information Sheet Project Information Sheet Completed Project Owner City of Lubbock, Texas Project Name South Central Lubbock Drainage Project General Description of Project This Project Consisted of 29,990 LF of 24" to 72" Cast in Place Storm Sewer Ranging in Depths up to So feet. tsuaget history Ischedule Performance Amount %oBid Amount Date Days Bid $ 5,811,646.00 Notice to Proceed 2/25/2007 590 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues lChange Order Authorized Final Completion Date Total $ - 0.0096 Actual / Estimated Substantial Completion Date Final Cost $ 5,811,646.00 JActual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 9/30/2008 575 quality Manager Name Ty Lane/Troy Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 30% 100% 40% 60% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock (806) 775-2393 mkeenum maii.ci.lubbock.tx.us Designer Paul Mcmillan Engineer Parkhill,Smith&Cooper (806) 775-2393 rn millan a team-nsc.com Construction Manager Don McClenan Inspector Parkhill,Smith&Cooper (806) 773-2200 dmcclenan@team-psc.com Surety Howard Cowan .. um er or issues IT01al Amount,nifolvedin ,es ve resolved 0 issues Attorney $0.00 Safeco :. Number of issues Pending (425) 376-6535 amount lotal involved 0 in Resolved issues 50.00 Project Information Sheet Completed Project Owner I City of Lubbock, Texas Project Name 98th Street Roadway & Drainage Improvements General Description of Project The Project Consisted of 6972 LF of 24" to 36" Open Cut Storm Sewer with Curb inlet; 6540 LF of 6" to 16" Water Pipe ranging in depth form 5'-25'. Budget History Schedule Performance Amount % Bid Amount Date Days Bid $ 3,790,134.00 Notice to Proceed 4/25/2006 Change Orders Contract Substantial Completion Date at Notice to Proceed 480 Owner Enhancements $ 95,099.58 2.51% Contract Final Completion Date at Notice to Proceed 250 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 95,099.58 2.51% Actual / Estimated Substantial Completion Date 5/5/2008 730 $ 3,885,233.58 O_Namte Actual / Estimated Final Completion Date Manager Project Su Safety Officer 10/1/2008Project Quality Manager Ty Lane Cody Hamm Cody Hamm Chris Balios Percentage of Time Devoted to the Project 50% 100% 100% 50% Proposed for this Project Ty Lane Cody Hamm Cody Hamm Chris Balios Did Individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Title/position Organization Telephone Email Owner 7Name Wood Franklin blic Works Direct City of Lubbock (806) 775-2343 wfranklin Wmvlubbock.us Designer Gary Dawson Engineer City of Lubbock (806) 775-2343 adawson@Mylubbock.us Construction Manager Ron Pederson Inspector Parkhiil,Smith&Cooper (806) 928-6561 Surety Howard Cowan um er o issues o a moon nvo v m eso ve resolved 4 issues Attorney $95,099.58 Safeco Number of issues Pending (425) 376-6535 o a am u involve 0 in Resolved issues $108,421.50 Project Information Sheet Project Owner I Lubbock Economic Development Alliance JProject Name Lubbock Business Park - Phase 1A and 2A General Descri tion of Project The Project consisted of 881 LF 6" Waterline; 136'8" Waterline; 3575 LF of 10" Waterline;10162 LF 1r Waterline and 5698 LF of 12" Sewerline. hum Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 4,844,662.00 Notice to Proceed 9/1/2007 700 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 964,128,17 19.9ft Contract Final Completion Date at Notice to Proceed 2/3/2008 120 Unforeseen Conditions Change Order Authorized Substantial Completion Date Issues Change Order Authorized Final Completion Date $ 964,128.17 19.90% Actual / Estimated Substantial Completion Date $ 5,808,790.17 A Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1/8/2009 818 Quality Manager Name Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Percentage of Time Devoted to the Project 30% 100% 30% 30% Proposed for this Project Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Did Individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change ig . . . . ... Name . . . . Title/position Organization Telephone Email Owner LEDA (806) 749 4500 Designer Mark Haberer Engineer ParkhiBl,Smith&Copper (806) 473-2200 mhaberertteam-osc,com Construction Manager Mark Carpenter Inspector City of Lubbock (806) 777-0160 Surety Number of issues resolved 5 Howard Cowan I Mal moun InvolveInvolvea in Resolvedo issues Attorney Safeco $964,128.17 Number of issues Pending (425) 376-6535 --- a amount nv ve 0 in Resolved issues $964,128.17 Project Information Sheet Complete+ Project Owner I City of Lubbock, Texas Project Name South Lubbock Drainage Project General Description of Pro ect The Project consisted of 30,410 Lf of 54" Open Cut Storm Sewer pipe; 2826 LF of 42" Open Cut Storm Sewer; 8058 LF of 36" Open Cut Storm Sewer;1354 LF Open Cut Storm Sewer, 3562 LF Open Cut storm Sewer. 6425 LF 54" Bored Storm Sewer; 702 LF 42" Bored Sorm Sewer; 2202 LF 36" Bored Storm Sewer; 380 LF 30" Bored Storm Sewer; and 1541 LF 24" Bored Storm Sewer. Budget History Schedule Performance Amount $ Amount I Date Days Bid $ 25,699,455.50 Notice to Proceed 10/27/2005 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 5,004,603.00 19.47% Contract Final Completion Date at Notice to Proceed 10/27/2009 1440 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 5,004,603.00 19.47% Actual / Estimated Substantial Cam letion Date 5/1/2009 1262 Final Cost $ 30,704,058.50 Actual /Estimated Final Completion Date, Project Manager Project Sup Safety Officer 6/1/2009 1292 quality Manager Name Ty Lane 77 Chris Balios Taylor Condit Marty Hamm Percentage of Time Devoted to the Project 60% 60% 60% 40% Proposed for this Project Ty Lane Chris'Balios Taylor Condit Marty Hamm Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change . . . . .. . Name . . . . Title/position Organization Telephone Email Owner Mike Keenurn City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@maiLci.lubbock.#x.us Designer Paul McMillen Engineer Parkhill,Smith & Cooper (806) 473-2200 pmcmillen@team-osc.com Construction Manager Don McClenan Inspector Parkhill,Smith & Cooper (806) 473-2200 dmcienan@team-psc.com Surety um er o issues resolved 3 Howard Cowan o a mou involvedi es ve issues Attorney $5,004,603.00 Safeco Number of issues Pending (425) 376-6535 o a amaun invo ve 0 in Resolved issues 5500.463.00 Project Information Sheet Project Owner I Lubbock Economic Development Alliance Prc General Description of Project Installation of 241V -10", 3280` -12", 2315'-20" Waterline and 4156' -12" Sewerline Name Lubbock Business Park - Phase 1B auugaa nrsruvey Schedule Performance -- %of Bid Amount Amount Date Days Bid $ 979,059.20 Notice to Proceed 6/15/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 25,491,28 2.60% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 25,491.28 2.60% Actual % Estimated Substantial Completion Date Final Cost $ Z,004,550.48 Actual / Estimated Final Completion Date rro)ect manager Project Sup Safety Officer Quality Manager Name Ty lane Lorenzo Vasquez Chad Pabody Chris'Balios Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Yes Yes Yes Yes Did individual Complete the Project? If not, who started or completed the project in their place. Reason forChanee resolved issues Name Brian Stephens Jason Hetler Howard Cowan Email Project Information Sheet Completed Project Owner I City of Lubbock, Texas 111roject Name 34th Street Waterline Replacement Project General Description of Project This Project Constists the removal and replacement of 500 LF 6" Waterline,1000 LF of 8" Waterline;100' 10" Waterline; 4800 LF of 12" Waterline;18500' 16' Waterline and 6200" of 24" Waterline and Relocating Steel Cylindar Lines. • Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 4,977,034.30 Notice to Proceed 9/25/2008 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 251,075.17 5.04% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 251,075.17 5.04% Actual / Estimated Substantial Completion Date Final Cost $ 5,228,109.47 .6_ .All Actual J Estimated Final Completion Project Manager Date , Project Sup Safety Officer 5/2/2010 Quality Manager Name Ty Lane Leo Garcia Taylor Condit Chris 8alios Percentage of Time Devoted to the Project 50% 100% 40% 40% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes No Yes If not, who started or completed the project in their place. Chad Pabody Reason for Change .. • Name Resignation • Title/position Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3377 zfekete,�mvlubbock.us Designer John Marler Engineer HDR (512) 912-5188 iohn.marler@hdrinc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 u r of issues Amountinvolvedin o ve resolved 77T $251075mberoues Pending' o a amountinvolved Olin Resolved issues $251,075.17 Project Information Sheet Completed Project Owner City of Post, Texas lProject Name Post/Cedar Hilts Water System Improvements General Description of Project Installation of 27,000 LF of 6" HDPE Waterline by boring. euaget History Ischedule Performance Amount % of Bid Amount Date Days Bid $ 875,309.90 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 167,077.80 19.09% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 167,077.80 19.09% Actual / Estimated Substantial Completion Date Final Cost Is 1,042,387.70 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 3/15/2011 Quality Manager Name Chad Pabody Cody Hamm Chad Pabody Ty Lane Percentage of Time Devoted to the Project 25% 100% 25% 25% Proposed for this Project Chad Pabody Cody Hamm Chad Pabody Ty Lane Did individual Complete the Project? Yes No Yes Yes If not, who started or completed the project in their place. Troy Lane Reason for Change . . . . ... Name Resignation . . . . Title/position Organization Telephone Email Owner Arbie Taylor City Mgr. City of Post, TX (806) 495-2811 a Ior osi arza.net Designer Dwight Brandt Engineer Brandt Engineers (806) 681-8631 DLBrandt�bran dteneineers.com Construction Manager Oscar Ostis RFR Brandt Engineers (806) 681-8631 Oostis@br'andtengineers.com Surety s u r o issues resolved 5 Howard Cowan . Olaf Amountinvolved i , eso ve issues Attorney $167,077.80 Liberty Mutual :. Number of issues Pending (806) 722-2663 o amountinvolved 0 in Resolved issues $167,077.80 r 7-7 --- -�-� --- , -- r---` Project Information Sheet Completed Project Owner City of Wolfforth Project Name Wolfforth Sewer Expansion General Description of Project Budget History Schedule Performance Amount 95 o Bid Amount Date Days Bid $ 1,100,215.00 Notice to Proceed 9/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 15,250.00 1.39% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Chan a Order Authorized Final Completion Date Total $ 15,250.00 1.39% Actual / Estimated Substantial Completion Date Final Cost $ 1,115,465.00 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 4/29/2011 Quality Manager Name Ty Lane Leo Garcia Chris Balios' Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes if not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Doug Hutchison Inspector (806) 885-4120 Designer Construction Manager Michael Adams OJD Engineering (806) 791-2300 m�Ch�21.a ams aidenein rin®. om Surety Howard Cowan OWEN . um er o issues o aI Amountinvolved in Kesolved resolved 1 issues Attorney $15,250.00 Liberty Mutual Number of issues Pending (806) 722-2663 o a amountmvo ve in Resolved issues $15,250.00 Project Information Sheet Project Owner Lubbock Cooper ISD Project Name Cooper Middle School General Description of Pro ect 3%575 LF 8" Waterline; 2930 LF 10" Seweriine • . z .• I Lot Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 488,248.00 Notice to Proceed 8/1/2009 Change Orders 1contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues $ 13,842.00 2.84% Change Order Authorized Final Completion Date Total $ 13,842.00.1 2.84% Actual / Estimated Substantial Completion Date Final Cost $ 502,090.00 JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 7/27/2011 Quality Manager Name Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Marsha Reed Engineer City of Lubbock (806) 775-2335 m[,eed@maii.ci,lubbock.t g gda�vson@team-osc.com 1 michael@sandiaconst.com Designer Gary Dawson Engineer Parkhill,Smith&Coo er (806) 743-2201 Construction Manager Michael Haverdink Project Mgr Sandia Construction (806) 745-9450 Surety U of Issues resolved 3 Howard Cowan 01 O al Atmount involvedIn eS ve issues Attorney $13,842.00 Liberty Mutual Number of issues Pendingr. (806) 722-2663 I otal amOUn involve lin Resolved issues Project Information Sheet Completed Project Owner I City of Lubbock Project Name Indiana Paving Improvements General Description of Pro ect Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline,11 Manholes, 72" Steel Casing Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,293,497,50 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,787.38 2.84% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 36,787.38 1 2.84% Actual / Estimated Substantial Completion Date Final -Cost $ 1,330,284.88 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 7/29/2011 Quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of I Ime Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Wood Franklin blic Works Direct City of Lubbock (806) 775-2343 wfranklin0mylubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rumphries@allenbutler.net Surety um er o is ues resolved 2 Howard Cowan o a mou mvo ve i eso v issues Attorney $36,787.38 Liberty Mutual Number of issues Fending (806) 722-2663 o a amours mvo ve in Resolved issues $36,787.38 Project Information Sheet �^'^-^'. `. r�----'-` r+^.^�n r---"'' r---•-^1 r�-^-�-7 r--�---^. "�"--, .�,...-..-"----'1 r,..-r-1 r�..�.-1 •--..�..--1 Project Information Sheet Completed Project Owner City of Plainview JProject Name Plainview Water Reconstruction General Description of Project Installation of 12",10", 8", 6", 4" water lines Budget History Schedule Performance Amount of Bid Amount Date Days Bid $ 1,494,410.00 Notice to Proceed 3/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 55,848.75 3.74% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ SS,848.75 3.74% Actual / Estimated Substantial Completion Date Final Cost $ 1,550,258.75 JActual J Estimated Final Completion Date Project Manager Pro ect Sup Safety Officer I December 2011 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Ballos Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Ballos Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change .. Name Title/position Organization Telephone Email Owner Mike Gilliland Engineer City of Plainview (806) 296-1150 mxillilan_ @ci.olainview.tx.us Designer Construction Manager Brandon Autry Engineer AMD Engineering (806) 771-5976 bautry@amdeng.com Surety um r o issues resolved 1 Howard Cowan Attorney AIR o a Amountinvolved in es ve issues $23,929.00 Liberty Mutual Number of issues Pending (806) 722-2663 o a amount involved I in Resolved issues $23,929.00 Project Information Sheet Completed Project Owner City of Lubbock Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project Installation of water, sewer, & storm sewer lines isuaget history ISchedule Performance % of Bid Amount Amount Date. Days Sid $ 663,467.00 Notice to Proceed 4/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 11,800.76 1.78% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 11,800.76 1.78% Actual / Estimated Substantial Completion Date Final Cost $ 675,267.76 1 Actual / Estimated Final Completion Date B131lznt t rroject manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change . MOW= . . ... Name . . Title/position . . Organization Telephone Email Owner Designer Construction Manager Kyle Duininck Project Mgr Duininck Brothers (817) 491-0946 RCDuininck@dbitx.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 .. :.. . um er issues o moun involved in eso ve amountinvolve resolved 1 issues $11,800.76 Number of issues Pendingl in Resolved issues 7 �11.RW176 Project Information Sheet Completed Project Owner I City of Levelland JProject Name Lee St. Water System Improvements General Description of Project Installation of 14" water line • . s • Ica• Budget History Schedule Performance Amount of Bid Amount Date Days Bid $ 777,548.95 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/20/2011 Owner Enhancements $ (16,533.95) -2.13% Contract Final Completion Date at Notice to Proceed 1/19/2012 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues lChange Order Authorized Final Completion Date Total $ (16,533.95) -2.13% Actual / Estimated Substantial Completion Date Final Cost $ 761,015.00 • JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 04/2012 ger Name Ty Lane Chris Balios Chris BaliosBalios 7Chris Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios rsBalios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name 7 7 Title/position Organization Telephone Email Owner 7 1 71 Designer Construction Manager _ Leonard Nail Engin4mber arkhiil,Smith&Cooper (806) 473-2200 lnail@team-psc.com Surety • .. Howard Cowan un mvo ve m eso ve AttorLiberty Mutual of issues Pending (806) 722-2663 o a n mvo ve 0 in Resolved issues $0.00 Project Information Sheet Completed Project Owner City of Lubbock Project Name Lubbock Downtown Redevelopment General Description of Project Performance Amount Amount I Date Days Bid $ 2,074,508.00 Notice to Proceed 1/31/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/25/2012 Owner Enhancements $ (16,033.96) -0.77% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ (16,033.96) -0.77% Actual / Estimated Substantial Completion Date Nov 2012 Final Cost $ 2,058,474.04 Actual / Estimated Final Completion Date December 2012 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Troy Lane Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change . . . . .... Name . . Title/position . . Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Joseph Van Deventer Engineer SGS Engineering (806) 795-6827 JVanDeventer@SGSEng.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 um er or issues r7roTaMrmour mvo ve m eso v o a amoun mvo ve resolved I 0 issues $0.00 Number of issues Pending 0 in Resolved issues �n_no Project Information Sheet Cemnieted Project Owner DCOS 1Project Nam; - am Industrial Park General Description of Project Water and Sanitary Sewer infastructure Budget History Schedule Performance % of Bi Amount Amount Date Days Bid $ 1,199,151.15 Notice to Proceed Change Orders lContract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 269,497.00 22.47% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 269,497.00 22.47% Actual / Estimated Substantial Completion Date Final Cost $ 1,468,648.15 lActual / Estimated Final Completion Date January 2013 777 Project Su Safety Officer Quality Manager Name e Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project yane Marty Hamm ChrisBalios Chris Balios Did 'individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Title/position Organization Telephone Email Owner 7 Designer :Villarreal Construction Manager Georg Engineer Parkhill, Smith & Cooper (806j 473-3563 GVillarreal@team-psc.com Surety Howaan Attorney liberty Mutual; (806) 722-2663um er issues o a moun iin e a amoull involveo resolved 0 issues $0.00 Number of issues Pending 0 in Resolved issues $0.00 Project Information Sheet Cmmnlpfad Project Owner City of Levelland Project Name 2012 Water System Improvements General Description of Project Replace 2" cast iron water with 6" and 8" pvc MIN a . . Budget History Schedule Performance %of Bid Amount Amount Date Days Bid $ 249,210.00 Notice to Proceed 11/26/2012 210 Change Orders Contract Substantial Completion Date at Notice to Proceed 5/25/2013 180 Owner Enhancements $ 1,600m 0.64% Contract Final Completion Date at Notice to Proceed 6/24/2013 210 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design issues Change Order Authorized Final Completion Date Total $ 1,600.00 0.64% Actual / Estimated Substantial Completion Date Final Cost $ 250,810.00 Actual / Estimated Final Completion Date February 2013 • Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Steve Levitt Chris Balios 7 Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Steve Levitt Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Erik Rejino City of Levelland, Texas (806) 894-0113 ereiino@ evelliandtexas.ore Designer Construction Manager Kristi Laverty Engineer Parkhill, Smith & Cooper (806) 473-3634 klaverty@team-psc.com' Surety J Howard Cowan 11111F• Attorney Liberty Mutual (806) 722-2663 r .. um e o issu • • • o a moun I vo ve in es v • :.. o a amountm=veresolved 0 issues $000 Number of issues Pending 0 in Resolved issu$0.00 ^-'^--^+ r---• �v. ..+.,..ten !'...^.-.-� r.�,.,�..�..� t...-..^'^, f"'""^ .. �"-""^'^! """^..-� �"""""'T i Project Information Sheet Completed Project Owner I City of Lubbock lProject Name Reconstruction & Widening of Frankford Ave General Description of Project Remove and Relocate water and sewer infastructure for new road Budget History Schedule Performance Amount % o Bid Amount Date Days Bid $ 251,878.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,100.00 14.33% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 36,100,00 14.33% Actual / Estimated Substantial Completion Date 06/2013 Final Cost $ 287,978.50 Actual J Estimated Final Com Project Manager letian Date Pro ect Sup Safety Officer 07/2013 Quality Manager Name Ty lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes if not, who started or completed the project in their place. Reason for Change . . . . ... Name . . . . Title/position Organization .Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum0ms1 l.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rumphries@allenbutler.net Surety ..1.1119111:. u r o issues resolved 0 Howard Cowan a s moun invo ve inResolvedo issues Attorney $0.00 LibertX Mutual Number of issues Pending (806) 722-2663 a amount involve 0 in Resolved Issues $0.00 Project Information Sheet Completed Project Owner City of Lubbock Project Name 98th St. Paving Improvements (Albany to Huron) General Description of Project Water and Sanitary Sewer Infastructure Budget History ISchedule Performance Amount % of Bid Amount Date Days Bid $955,577.52 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 121,512.02 12.72% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 121,512.02 12.72% Actual / Estimated Substantial Completion Date Final Cost $ 1,077,089.54 Actual / Estimated Final Completion Project Manager Date Pro ect Sup Safety Officer 1 07/2013 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Wood Franklin iblic Works Direct City of Lubbock, Texas (806) 775-2343 wfrankl!nPmail.ci.lubbock.tx.us Designer _ Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rumphries@allenbutler.net Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 ..Is.• :. um er I Otal Amountinvolveo in o e o a moun invo ve resolved 0 issues $0.00 Number of issues Pending 0 in Resolved issues S0.00 q Project Information Sheet Comoleted Project Owner Costco Project Name Costco Warehouse, Lubbock General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 880,398.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 56,433.00 6.41% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 56,433.00 6.41% Actual / Estimated Substantial Completion Date 10/2 113 Final Cost $ 936,831.00 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 10/2013 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change . . . . . . Name . . . . Title/position Organization Telephone Email Owner Designer Construction Manager Jerry Pollock Project Mgr lackson Dead Constructio (425) 531-1077 jerryp@jacksondean.com Surety Number of issues resolved 0 Howard Cowan total moun involved in issues Attorney $0.00 Liberty Mutual Number of issues Pending (806) 722-2663 o amount involve 0 in Resolved issues $0.00 Project Information Sheet Completed Project Owner City of Lubbock JProjeci Name Milwaukee Ave Paving Im rovements General Description of Project Remove and Relocate water and sewer infastructure for new road ijuaget History schedule Performance Amount % o Bid Amount I Date Days Bid $ 2,511,467.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 316,484.77 12.60% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 316,484.77 12.60% Actual / Estimated Substantial Completion Date Final Cost $ 2,827,952.27 Actual / Estimated Final Completion Date o712D1a Project Manager Project Sup Safety Officer IQuality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes yes Yes Yes if not, who started or completed the project in their place. Reason for Change . . . . . . Name . . Title/position . . Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 MkeenurnamaiLci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 1 rumphries@allenbutler.net Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 um r Or Issues —"do moun involved in o ve a a amountinvolved resolved 0 issues $0.00 Number of issues Pending 0 in Resolved issues si).nn t 4 < Project Information Sheet Comoleted Project Owner I City of Lubbock JProject Name Slide Road Water Line Extension General Description of Project Extend Water Line on Slide Road from 98th St to FM 1585 Budget History Schedule Performance Amount %of Bid Amount Date Days Bid $ 701,510.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 701,510.00 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer May 2014 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project F� Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organitation Telephone Email Owner Mike Keenum Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum{�mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan .. • um r ot issue a moun involved in es ve resolved 0 issues Attorney $0.00 Liberty Mutual Number of issues Pending (806) 722-2663 a amount involve Olin Resolved issues $0.00 Project information Sheet /—.--� .-._.--. �..�..-.... p'-"'^'-"1 F"'"'.'" .., j�..-'_.'� ..".". _,.,, '."""'^ '""'...."1 """"�.� •-�.-^� '"."'.....� ..'".--mot .�� � """'� -� Project Information Sheet Completed Project Owner City of Lubbock Project Name Northwest Lubbock Drainage improvements General Description of Project Storm Sewer Infastructure (10 x 10 Boxes) Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 30,899,370.70 Notice to Proceed 4/23/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/3/2014 710 Owner Enhancements $ 5,080,518.00 16.44% Contract Final Completion Date at Notice to Proceed 5/18/2014 755 Unforeseen Conditions Change Order Authorized Substantial Completion Date 12/20/2014 Design Issues Change Order Authorized Final Completion Date Total $ 5,080,518.00 16.44% Actual / Estimated Substantial Completion Date 3/31/2015 Final Cost $ 35,979,888.70 .. Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 3/31/2015 Quality Manager Name Ty Lane Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 MkeenumC&mail.ci.lubbock.tx.us Designer Construction Manager Paul McMillen Engineer Parkhill, Smith & Cooper (806) 473-2200 prncmillen@tears-psc.com Surety Howard Cowan • . . . . . • . . . resolved 0 issues Attorney . • • $0.0q Liberty Mutual (806) 722-2663 . i.. . Number of issues Pending Olin Resolved issues $0.00 Project Information Sheet City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, 1 will be able to, within ten (I0) business 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 proposal. T-Lane Contractor (Print) CONTRACTOR'S BUSINESS NAME: Utility Contractors of America, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5805 CR 7700 Lubbock TX 79424 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasin & Contract Management for the City of Lubbock at (806) 775-2572. RFP 15-12416-TF, Pump Station Intake Meters Paae Intentionally Left Blank � SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shah consider the safety record or the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens or the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines I assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final �¢ orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? i YES NO ✓ If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials 1 i QUESTION TWO M Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: I Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO f a If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its 1 proposal submission, the following information with respect to each such conviction: Date of offense, Location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: .652 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have ithheld information in my , statements and answers to questions. 1 am aware that the information given by e i this questionnaire will be investigated, with my full permission, and that any misrepresent 'nor omissions r9fty ctWse my proposal to be rejected. Title 2 a member of K&S Group, Inc. •JJt.7fJ }fYJJ+'it f7J)h' x. JN1J March 2, 2015 City of Lubbock 1628 13`.' Street Lubbock, TX 79401 Re: Utility Contractors of America, Ine.'s Workers Comp Policy Modifier To Whom It May Concern, Please see the below calculation of the total policy modifier for the current year. This modifier represents the experience modifier combined with a scheduled modifier determined by the insurance company. The schedule modification factor is comprised of all additional discounts provided by the insurance company for such items as, but not limited to: 1. UCA's implementation of safety recommendations of insurance carrier's safety department 2. UCA's enrollment in company healthcare network 3. Premium discount for size of operation 4. Underwriter's discretion In order to calculate this scheduled modifier you add up the three (3) discounts listed on the declarations page of the policy (scheduled credit, health care network and premium discount). I've attached a copy of the declarations page for the current Workers Compensation policy so you can see where the below reference discounts are shown in the rating. .15 (scheduled credit) + .12 (network credit) + .0780 (premium discount) = .348 This number is then applied against the experience modifier (1.00) to generate a policy modifier of .652. 2255 Ridge Road 4 Suite 333 4 P.O. Box 277 4 Rockwall, Texas 75087 Main (972) 7714071 4 Toll Free (866) 823.0673 4 Fax (972) 7714695 Amarillo 4 Claude 4 Dallas 4 Denton 4 El Paso 4 Ft. Worth 4 Grapevine ° Henrietta 4 Houston 4 Plano Port Arthur 4 Rockwall 4 San Angelo 4 San Antonio 0 Southlake 4 Spring ° Tyler 0 Waco 4 Wichita Falls No Text �I WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY MO R HiphwaY I AustnuTmae7s723-10os INFORMATION PAGE UT1LrTY CONTRACTORS OF AWRICA INC (Gas INSURED NAME EXTENDED P0) EtiOti C0UI1TY ROAD 7700 rwwl I.LMOCICK, TX 79424-7074 WM AW A00Ress crrtaetwoww.aca tx�r �teov>r a..alsdNasel»ArrsoteprMwkn. SEP 12 T) WHITE HILL PLAZA INC DO, SIOX 2?7INSURANCE AQENCYia A bwMN - 03022 ROCKWALL, TX 76097-0277 POLICY NUMBW TSF-0001204282 201408% Fvft Tat ID 75-2214192 Bureau Number 42007002 6tanab DAI. LAS PA"wel at 0001204262 ElMy CORPORATION IftfmAdjuwinwA MONTHLY--15% 11 MOW mw a Tb@ Pcft Pat+bd he 1000x 9-05-2014 To: 9-06-2015 IM A.M. Ibmi wed thne at fw Inserad s ' - 0 0 addtlss memo W01110e C4ft1PWWa6=bMwmm Pit out 01 the pdOry applies W OW WfXMW OwnpensaVon Low dto OWN kWd bow TEXAS' S. Bnploysrs Lhlli�r 01e:rM�er: Part Tiro d the polry apples b trout M Moh Nall iand h ibem 9A. The LMtit et ott LtalsllOt trtdar PsR Tvie arx Soft L*rfbyAoddw* $ 11000,000 rAchAadd,W* soft r*.,►sy oft",. : 1.000 ,000 adt "►.a soft tr "ey► atr. " i 1,000,000 Pourruna C. OIJw t wIn hstt w&w Pat Ttrae d the pag spplae is ow aletee. E wV. mud hm NONE M V1113 POft kwkd"In" esdawtodsand sdwdukm Soo Sohoslule of Endorsements attached l' new a This PrWWetn lorthU POW WIN be data mbW tVaw mwAmIs of R, I CheditoUwzm , Rues aed Rig I%=3- Ar hlornnldH asgtiisd t�Now is' toVnM co end oli L pta ty audit. ` TOTALESU"TWXTAMOARDPREMWM 4 95.499.00 WAIVER OF SUBROGATION . : 1,710.00 IMCMASED EWLOYERS LIABILITY LiMITS .. 1,744.00 TOTAL FMIUM SUBJECT TO MODIFICATIONS 09,043.00 MIR PRIiM MODIFIED TO REFLECT EXPERIENCE MOD OF ( t.W1 PREMIUM MODIFIED TO REFLECT SCHEDULE RATIM OF ( .05 ). i 13,341.00- WQRKER8' COMP HI<ALTH CARE NETWORK DISCOUNT ( .12 1. 0,072:OOr DEDUCTIBLE PREMIUM . . . . . . . . . . . . . t PREMIUM ADMIDIFELA SCOUNTTR. IF APPLLICABLE.(. 7.90. .00 ) . . e t` EXPENSE CONSTANT CHARGE . . . . . . . . . . . . . . . . . : 0 150.00 f TMALEFFOUATEDAWAA tL PREMWM 61,491.00 �� MNom pmu!"M 250.00 O6POpTplamem 0,224.00 Courdersignedby Issue Dates 9-03-2014 t Pau Intentionally Left Blank PAYMENT BOND Pa2e Intentionally Left Blank 11", j 7 / 0 - ��0y9o97 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) _. j IL 2i4- oKNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), andc-AAA—All7h, a Z,�A "O'N "' ---L4 (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 Six Hundred Forty Thousand Four Hundred Twenty -Five Dollars ($640 425 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 loth day of September, 2015, to RFP 15-12416-TF Pump Station Intake Meters t and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of 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 this d day of Surety *By: HOWARD COWAN ATTY IN FACT the said Principal (s) and Surety (s) have signed and sealed this instrument �dA 2015. 1 17 By: GCA Z&�c ,, (Company Name) (Title) tj The undersigned sure company represents that it is duly qualified to do business in Texas, and hereby g surety p Y p Y q Y designates CO N an agent resident in Lubbock County to whom any requisite notices may be delivered and whom service of process may be had in matters arising out of such suretyship. A _k eCt Sure * By: _ 41e) �� AfR � C;CW .I Approved as to form: ATTY i v ACT City of Lubbock By: City Morney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. PERFORMANCE BOND Paae Intentionally Left Blank I I I r_a STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000)' KNOW ALL MEN BY THESE PRESENTS, that cc (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter -1 called the Obligee), in the amount of Six Hundred Forty Thousand Four Hundred Twenty -Five Dollars ($640 425 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 v these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the loth day LJ of September, 2015, to RFP 15-12416-TF Pump Station Intake Meters 1 and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITN SS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this lay of _ 2015. Surety (Company Name) T * By: (Title) {COWARD COWAN A:-t t Y ov TACT (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates u ONAI AR D COWAN an agent resident in Lubbock County to whom any requisite notices may bed iv ree el el d and on whom service of process may be had in matters arising out of such suretyship. 0&4L _ Ce Surety Approved as to Form City of Lubbo By: GI Cit�orney ATT`l IN FACT. * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Home Office Surety at 1-610-832-8240 "ISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede contactar a servicio de la oficina principal de Surety al: 1-610-832-8240 3 You may call (company)'s toll -free telephone Listed puede Ilamar al numero de telefono number for information or to make a complaint gratis de (company)'s para informacion o at: para someter una queja al: (800) 472-5357 Surety Option #7 4 You may also write to Liberty Mutual Surety at: 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 (800) 472-5357 Surety Opcion De #7 Usted tambien puede escribir a Liberty Mutual Surety 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 5 You may contact the Texas Department of Puede comunicarse con el Departmento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: (800) 252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.stateAx. us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. (800) 252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso become a part or condition of the attached document. S-6128/LM 7/07 XDP THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authorityto bind the Company except in the manner and to the extent herein stated. Certificate No. ee54068 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company - POWER OF ATTORNEY - KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire &Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized underthe laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies°), pursuant to and by authority herein set forth, does hereby name, constitute = and appoint, Howard Cowan-, Marla Hill all of the city of Lubbock state of Tx each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute; seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of January 2015 American Fire and Casualty Company r The Ohio Casualty Insurance Company U) �_ Liberty Mutual Insurance Company a)_ -12 r _ j >_ West merican Insurance Company d., By. Q N R STATE OF PENNSYLVANIA ss David M. Care ; Aista ssnt Secretary COUNTY OF MONTGOMERY dOn this 3oth day of January 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and F d Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, �,,N p M execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W as > IN WITNESS WHEREOF, I have hereunto subscrfbedWpama and affixed my notarial seal at Plymouth Meeting Pennsylvania, on the day and year first above written. `Q CL CON0Cl) By. �/��t�l� /L1 Q�C�.yt.R/ Q _ •� Q err' :x,y r u L'O i Teresa Pastetla , Notary Public O rr 23 23 O ;.- € f w IL t13 C i This Power of Attorney is made and execute fi y ority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance w p Company, Liberty Mutual Insurance Company, st Ftnne n Insurance Company which resolutions are now in full force and effect reading as follows: L ARTICLE IV- OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject C a; to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, O acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective tr N powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so a) p executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in fact under > the provisions of this article may be revoked at any by the Board, the Chairman, the President or by the officer or officers granting such power or authority. •cg G ARTICLE YJ11— Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized forthat purpose inwriting by the chairman or the president, E op > i and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as maybe necessary to act in behalf of the Company to make, execute, N M. O 2 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their = z respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so n o executed such instruments shall be as binding as if signed by the president and attested by the secretary. C Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- `— fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, arxt West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, f have hereunto set my hand and affixed the seals of said Companies this 22ND day of SEPTEMBER . 20 15 ` v lEi6� (s, v 33 i pf By= t i u Gregory W. Davenport, Assistant Secretary' LMS_12873_122013 130 of 200 CERTIFICATE OF INSURANCE Pate Intentionally Left Blank CERTIFICATE OF LIABILITY INSURANCEr9/ D /DD/YYYY) 22/22/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER C NT T NAME: Cheryl Rogers K&S Insurance Agency PHONE . (972)771-4071 FFAX (972)771-4695 2255 Ridge Road, Ste. 333 'MAIL A/ No cro ers@kandsins.com ADDRESS: g P. O. Box 277 INSURERS AFFORDING COVERAGE NAIC # Rockwall TX 75087 INSURERA:FCCI Insurance Co. INSURED INSURERB:Texas Mutual Insurance Cc 22945 Utility Contractors of America, Inc., INSURER CContinental Casualty Insurance 20443 DBA: Utility Contractors of America, Ltd. INSURERD: 5805 CR 7700 INSURERE: Lubbock TX 79424 INSURERF: CnVFROC;FS rCCTIC1f A*rC nu IaMn . F%r-V10lVIY IYUmCSCK: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE D B POLICY NUMBER POLICYEFF MMIDD EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1, 000, 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED A Fx-] PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 CLAIMS -MADE OCCUR 2PPOO19154 /5/2015 /5/2016 GL 084 10/13 - AI PERSONAL BADVINJURY $ 1,000,000 GL 025 11/08 - PNC GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GL 088 10/13 - WOS PRODUCTS -COMPIOPAGG $ 2,000,000 POLICY X PRO M LOC $ AUTOMOBILE LIABILITY COMBINED INGLELI IT Ea accident 11000,000 X BODILY INJURY (Per person) $ A ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS 0027897 /5/2015 /5/2016 BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOSPer Mu 058 12/09 - AI & WOS PROPERTY DAMAGE $ accident Uninsured(Underinsured $ 11000,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS -MADE AGGREGATE $ 5,000,000 DED X RETENTION$ 10,00 0019631 /5/2015 /5/2016 B WORKERS COMPENSATION EMPLOYERS' LIABILITY WC STATU- OTH- TS1AND ER $ YIN ANY OFFICER/MEMBER ECUTIVE❑ NIA E.L. EACH ACCIDENT $ 1 000 000 (Mandatory in NH) SP0001204282 /5/2015 /5/2016 describe under E.L. DISEASE - EA EMPLOYE $ 11000,000 DESCRIPT ON OF OPERATIONS below RC420304A 1/00 - WOS E.L. DISEASE -POLICY LIMIT $ 1 000 000 C Leased/Rented Equipment 5086411620 /5/2015 /5/2016 $200,000 Max Limit DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Job: Pump Station Intake Meters RFP 15-12416-TF See above listing of additional insured and waiver of subrogation endorsement forms. !`C0*ri C1e-ATC U^1 rl- City of Lubbock Purchasing & Contract Management 1625 13th Street Lubbock, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Moss/CHERYL--.c�� Ar•nOn -3c 11in4nrnel - - -- -- - - v T atst%-ZUT U ACURD CORPORATION. All rights reserved. INS025 r7mnasi m Tha At npn names nnri Innn ara ranietarari mar(re of Arnpn No Text COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE OPTIONAL Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) As required by written contract or agreement. Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) As per the written contract or agreement, provided the location is within the coverage territory. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. No Text C. N afforded to yc5 the extent permitted 4'broader than that which y insured; not be broader than that which is Ing herein shall extend the term COMMERCIAL GENERAL LIABILITY CGL 084 (1013) described above: ,rne insurance Of r� "personal and provided to the additional insu architectural advertising injury^ arising engineering or sry g out of Ping service t ? The preparing, approvin surveys, field orders g, or failing to prep change orders or dra 2 ` Supervisory, Inspection, architectural or eng- This insurance is Whether on a excess over any other v r arY excess, contin and and: non -contribute nsurance be gent Oran requires that this y o rY relative to insura GerY and non -co. With respect to the Ins on which the Limits of Insurance; insurance afforded to these addi The most we Will Pay on behalf of the additional ins". I Rern a, or agreement to provide for such Policy, and n ury-,' 'property damage" or failure to render, any professional OP drawings, opinions, reports, ed by the contract or agreement described i r 2• Available under the applicable Limits of Insurance s whichever is less. This endorsement shall not increase the a E Section IV _ Com pplicable Limits mercial General I The E The Duties in Liability Conditions i additional conditions vent of Liability Of to the Occurrence , offense Claim or; An additional insured additional insured: under this endorse Give us written rnent must as soon insurance notice O f an 11 and of any claimOccurrence" or an offense w or "suit that does 2 Send us copies of all ►e result; investigation or settle le al papers receive conditions; and nt of the claimdin connection or defense against 3• Tender the cover the defense and indemnity additional insure lof oss any claim ., ,. such other insurance. d for a loss °r suit to However, this c ndih n r under this e CGL 0114 (10 13) Includes co does not affe pYrighted material of the Insurance Copyright 2013 FCCI 1 suraInce °aple to the additional insured tten contract or agreement this insurance will be primary and arced Insured. is added to Section III -- DeCfariaitions. to aact tihe following or "sc ri-t, ""cfer this ra t4e_— vritta us in tine pf aLft all poitic--y atc ilable -.2 91 l'aaen f 3 No Text .z COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) f, f ,,(y to defend or indemnify an additional insured under this endorsement u ;/insured written notice of a claim or "suit until we receive from Se/ment does not apply to any additional 1 /,Al insured endorsement attached to the Commercial General Liability Cove age identi Formf ed in any other CGL 084 (1013) Includes copyrighted material of the Insurance Services Offices, Inc. with its ermi ' Copyright 2013 FCC, Insurance Group. p ssion. Page 3 of 3 No Text FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENTS DESCRIPTION Additional Insured Coverage .... Bail Bonds ................................. PAGE ....................................................................................................................10 ............................................................................................................. I............ 9 BlanketWaiver of Subrogation.................................................................................................................................16 Bodily Injury and Property Damage............................................................................................................................1 Care, Custody or Control............................................................................................................................................3 Contractors Errors and Omissions.............................................................................................................................7 Contractual Liability (Personal & Advertising Injury)..................................................................................................2 Electronic Data Liability.............................................................................................. GeneralLiability Conditions......................................................................................................................................14 IncidentalMalpractice.. ......................................................................................... ................................................... 10 Insured......................................................................................................................................................................10 Limited Product Withdrawal Expense.........................................................................................................................4 Limitsof Insurance....................................................................................................................................................12 Loss of Earnings.................................................................................. ...10 .................................................................. Newly Formed or Acquired Organizations................................................................................................................12 Non -Owned Watercraft...............................................................................................................................................1 Property Damage Liability — Borrowed Equipment.....................................................................................................1 Tenant's Property and Premises Rented To You.......................................................................................................9 VoluntaryProperty Damage............................................................ ........................................................................... 2 COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (1013) We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media�which are used with electronically controlled equipment. For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an "occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 16 Copyright 2013 FCCI Insurance Group No Text COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $260 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION ill LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard'; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) e. Motor vehicles; f. "Your product' arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you area "seller", we will reimburse you for "product withdrawal expenses" associated with "your product' incurred because of a "product withdrawal' to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. a. This insurance applies to a "product withdrawal' only if the "product withdrawal' is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal' is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal'. c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal' was initiated. d. The initiation of a "product withdrawal' will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal' This applies regardless of whether the determination to conduct a "product withdrawal' is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal'; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 'r#4'tat>>t"T7� This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or. transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product' known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (a) How, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal'; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect" means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product" which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal" will not be limited to those batches of "your product" which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (7) Costs of warehouse or storage space; or (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor", we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contractor project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 16 Copyright 2013 FCC[ Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. 1. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) n. Any liability for "property damage" to "your work" if the damaged work or the workout of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contractor agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D. E, and G. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (5) Nothing herein shall extend the term of this policy. g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its -permission. Page 11 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (1013) (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (I) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. Is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard'; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; and e. Care, Custody or Control damages under Coverage E. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 16 Copyright 2013 FCC[ Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Paragraph 6. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; and f. Contractors Errors and Omissions under Coverage G. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5, above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one `occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. Is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one 'occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 10. Paragraph 13. is added as follows: 13. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 16 Copyright 2013 FCC[ Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (1013) (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the `occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an 'occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this 'occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. 4. Paragraph 6. Is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 15 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. S. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contractor agreement; b) Only as to the person/entity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 16 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 025 (11 08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSUREDS -- PRIMARYMON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following is added to SECTION IV — Commercial General Liability Conditions, Paragraph 4, entitled "Other Insurance", subsection b. entitled "Excess Insurance", paragraph (1): This insurance is excess over: (v) Any other insurance naming an additional insured as an insured on a primary basis, excess, contingent or on any other basis unless a written contract specifically requires that this insurance be primary and noncontributing. The written contract must be currently in effect or become effective during the term of this policy and must be executed prior to the "bodily injury", "property damage" or "personal and advertising injury." CGL 025 (11 08) Includes copyrighted material of Insurance Services Office, with its permission. Page 1 of 1 Copyright 2008 FCCI Insurance Group. AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AirbagCoverage....................................................................................................................................................... 3 Auto Loan/Lease Gap Coverage.............................................................................................................................. 3 BroadForm Insured.................................................................................................................................................. 1 Concealment, Misrepresentation or Fraud............................................................................................................... 5 Deductible.................................................................... Duties in the Event of Accident, Claim, Suit or Loss................................................................................................4 FellowEmployee ............................ .......................................................................................................................... 2 FireDepartment Service Charge..............................................................................................................................3 HiredAuto Physical Damage....................................................................................................................................5 Lossof Earnings.......................................................................................................................................................2 Lossof Use Expenses.............................................................................................................................................. 2 SupplementaryPayments........................................................................................................................................ 2 Transfer of Rights of Recovery Against Others to Us.............................................................................................. 4 TransportationExpenses..................................................................................................................... THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsements) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II -- LIABILITY COVERAGE is amended as follows: A.1. Who Is An insured provision is amended by adding the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 5 Copyright 2009 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (12 09) (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. A.2. Coverage Extensions, Supplementary Payments a.(2) and a (4) are deleted and replaced with the following: (2) Up to $3,000 for cost of bail bonds (including bond for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. B. Exclusions 5. Fellow Employee "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow, Coverage is excess over any other collectible insurance. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. 4. Coverage Extensions a. and b. are deleted and replaced with the following: a. Transportation Expenses: We will pay up to $75 per day to a total maximum of $2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $2,000. CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 5 Copyright 2009 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (12 09) B. Exclusions Paragraph 3. Is replaced with the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered by this insurance: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Deductible is replaced with the following: For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "loss" caused by fire or lightning, and no deductible applies to glass damage if the glass is repaired rather than replaced, (2) the comprehensive deductible is waived for theft if your vehicle is equipped with an active GPS .. tracking system. The following Coverage Extension is added: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. d. Auto Loan/Lease Gap Coverage For those businesses not shown in the Declarations as "auto" dealerships, the following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this Coverage Form and the lessor of the covered "auto' is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 5 Copyright 2009 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (12 09) (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss' (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous leases. (2) If an owned "auto" is a covered "auto" under this Coverage Form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss'; (b) Costs for extended warranties, Credit Life Insurance, Heath Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. Loss Conditions. 2.a. Duties in the Event of Accident, Claim, Suit or Loss is amended to add the following paragraph: (4) This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. 5. Transfer Of Rights Of Recovery Against Others To Us is replaced with the following: If a person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 5 Copyright 2009 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (12 09) B. General Conditions 2. Concealment, Misrepresentation or Fraud is amended to include the following: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this Coverage Form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 5. Other Insurance - Paragraph b. is replaced as follows: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 5 Copyright 2009 FCCI Insurance Group. WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC420304R TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1 • ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE, This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001204282 20150905 of the Texas Mutual Insurance Company Issued to UTILITY CONTRACTORS OF AMER I CA INC Premium $ NCCI Carrier Code 29939 WC420304B (ED. 6-01-2014) Endorsement No. Authorized Representative INSURED'S COPY OUSER 9-02-2015 No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (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 Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos El GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto/General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS I� CONTRACTORCHECKLIST 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; U11, (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: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, 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 CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. f. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 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 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) 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: (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; (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 (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 (G) 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. Pa2e Intentionally Left Blank I LJ CONTRACT E_, Pa2e Intentionally Left Blank I I I Contract 12416 STATE OF TEXAS COUNTY OF LUBBOCK f THIS AGREEMENT, made and entered into this 10" day of September, 2015 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 Utility Contractors of America, Inc. 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: RFP 15-12416-TF Pump Station Intake Meters 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. Utility Contractors of America, Inc.'s proposal dated August 18, 2015 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: • •. .� . L., ��/tiff .:�i.� t� d11%I rlAddress CorjVrate SecSffary s CITY OF LUBBOC , TE AS (OWNER): By: Glen ob, 50 ,Mayor (� ATIRST: �! RWecarza, City Secretary APPROVED AS TO CONTENT: Jo Turpin, P.Ed Chief Water Utilities Engineer Wt r klin, P. erector of Public Works APPROVED AS TO FORM: ?9W, Depu i Attorney 0 Pase Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT I Paae Intentionally Left Blank I I I I 11 l 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. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Utility Contractors of America, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative John Turpin, P.E., Chief Water Utilities Engineer, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives 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 Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR 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. The City reserves the right to approve or disapprove the selection of any subcontractor(s). t_ 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. 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. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 1��w:�•[�1�1 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 ten 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 HI 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 The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work el 2 IJ §1 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. 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 (as distinguished from Resident Project Representative(s))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 ensure 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 distinguished from Resident Project Representative, 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 f to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision s 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. t__ r r 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 WORKERS The Contractor agrees to employ only orderly and competent workers, 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 j 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 Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent , required by the contract documents. 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 that 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 1_ 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 r- d L-1 Owner's Representative has previously accepted the work. 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 I_ 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. 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 proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation 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 to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; 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, as estimated by the Engineer and approved by the Owner.. 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 before the commencement of 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 proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. 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 proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering 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 CALENDAR days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals ` being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 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 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 Engineer 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 a Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of t. 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. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, 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 CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment and XCU endorsements B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) ( The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance — NOT REQUIRED i ' F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. 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 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. 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. 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. L r 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor- (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; 1 (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 t ? Lf (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 C 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. 10 F. 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. 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 proposal 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. (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; 11 r- (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: 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 800-372-7713 or 512-804- 4000 (rvww.tdi.state.tx.us) 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; } 12. i_ r E (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (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 Engineer 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, material men 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. 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 Engineer, 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, 13 --, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 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 Engineer 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 proposing 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 there from. 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 Y provided b the contract documents. 1 p 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES 1- 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 Notice to Proceed and contract documents, respectively, 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. H 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 $300 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.Y 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. 14 IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION 4 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 proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project 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 proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has 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 within 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 f [i approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. 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, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 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 Engineer, 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 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 I 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 IJ No payments made or certificates given shall be considered as conclusive evidence of the performance of the _I 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 outstandingliens against Owner's remises b reason of an work under the contract. Acceptance by �1 g p Y Y 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. P 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment 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 16 L_S t { 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. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. 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. 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 but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. 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. 17 r 46. 47 48 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) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. 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. 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. 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, 18 F ri 13 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 proposals, 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. 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 that 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 19 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. Ui�:Z���17.y The Contractor is 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 Contractor is 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 shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and 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. 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 rill 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 __l 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 deternune 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 _i 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. 20 1 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. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves [_ the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 21 Fi 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). [_1 rI 22 - �_3 DAVIS-BACON WAGE DETERMINATIONS I I Paae Intentionally Left Blank f I U I III I Lj EXHIBIT A General Decision Number: TX150007 01/02/2015 TX7 Superseded General Decision Number: TX20140007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, pion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /02/2015 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ............... $ 12.36 Structures ..................$ 13.52 IW.I1:T6)7 a 1 Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................ $ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................ $ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ........................ $ 12.28 Loader/Backhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ............... $ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this a classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. �- Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers _i Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for ; those classifications; however, 100% of the data _ reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG i �t indicates that the rate is a weighted union average _# rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in 3 producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. t _t A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. --------------------------------------------------------------- I WAGE DETERMINATION APPEALS PROCESS I 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination r- * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a 1- position on a wage determination matter i_ * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates[I Legal Holiday Rate t The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Pap-e Intentionally Left Blank rl 11 I CITY OF LUBBOCK PUMP STATION INTAKE METERS 1, �3 City of J u b 0 ck TEXAS TECHNICAL SPECIFICATIONS JUNE 2015 SEAL SHEET CITY OF LUBBOCK' PUMP STATION INTAKE METERS Division 00, 01, 02, 03, 09 — Greg Baier, Civil Engineer, City of Lubbock, TX OF �...................:. GREG JOHN BAIER .. 94196 % s 18 JUNE 2015 Division 13 - Freese and Nichols, Inc. Texas Registered Engineering Firm F — 2144 OF m TFOq,, ® 00 o IS * om * tl Of 000e00000e0000000e000eo®000 01 JEFFREY N. HENSLEY 00 0000i 84677 EJ I� F e- CENS�Oo S °.0000. G� 14;`ONA 06/22/15 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 SEAL SHEET CITY OF LUBBOCK PUMP STATION INTAKE METERS Division 16 - Freese and Nichols, Inc. Texas Registered Engineering Firm F — 2144 OF a TF�1(,, 0*oo•00aoaaeoaaoaaoaooaaaas°oo JEFFREY N. HENSLEY � 000eoaoaoeaoaaoa00000eao•a � 84677 &� 0 9' s <,� Eo Wiz. a G aaeENoaaaAL FREIQ�'TTqD NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 TABLE OF CONTENTS CITY OF LUBBOCK PUMP STATION INTAKE METERS DIVISION 1 — GENERAL REQUIREMENTS 01010 Summary of Work----------------------------------------------------------- 4 01019 Contract Considerations----------------------------------------------------1 01028 Change Order Procedures -------------------------------------------------- 3 01030 Special Procedures---------------------------------------------------------- 2 01039 Coordination and Meetings ------------------------------------------------ 2 01140 Work Restrictions------------------------------------------------------------ 3 01300 Submittal Procedures-------------------------------------------------------- 4 01310 Progress Schedules---------------------------------------------------------- 2 01356 Storm Water Pollution Prevention Plan---------------------------------4 01380 Project Photographs --------------------------------------------------------- 2 01400 Quality Requirements ------------------------------------------------------- 4 01410 Testing Laboratory Services ----------------------------------------------- 3 01576 Waste Material Disposal---------------------------------------------------2 01700 Contract Closeout ------------------------------------------------------------ 2 DIVISION 2 — SITE WORK 02082 PreCast Concrete Vaults--- ------------------------------------------------ 3 02240 Dewatering -------------------------------------------------------------------- 3 02260 Excavation Support and Protection -------------------------------------- 3 02317 Excavation and Backfill for Utilities ------------------------------------- 10 02320 Utility Backfill Materials --------------------------------------------------- 4 02626 Steel Pipe ---------------------------------------------------------------------- 10 02665 Water Piping, Valves, and Fittings---------------------------------------14 Ili ON10, 03300 Cast -in -Place Concrete ----------------------------------------------------- 9 DIVISION 9 — FINISHES 09960 High Performance Coatings-----------------------------------------------18 DIVISION 13 — INSTRUMENTATION 13900 Instrumentation--------------------------------------------------------------- 7 Pump Station Intake Meters Table of Contents June 2015 DIVISION 16 — ELECTRICAL 16010 Common Work Results for Electrical --------------------------------- 5 16020 Testing of Electrical Systems------------------------------------------- 2 16030 Identification for Electrical Systems----------------------------------- 5 16111 Conduits------------------------------------------------------------------- 5 16115 Wireways -- ---------------------------------------------------------------- 1 16117 Manholes and Concrete Pull Boxes for Electrical Systems-- ------ 4 16120 Low Voltage Electrical Conductors & Cables-- --------------------- 3 16122 Wire Connections and Devices----------------------------------------- 2 16130 Outlet Boxes-------------------------------------------------------------- 2 16131 Pull and Junction Boxes for Electrical Systems ----------------------- 2 16140 Wiring Devices------------------------------------------------------------3 16164 Lighting and Branch Panelboards--------------------------------------- 4 16170 Disconnects----------------------------------------------------------------4 16190 Hangers and Supports for Electrical Systems-------------------------3 16402 Underground Electrical Service-----------------------------------------4 16450 Grounding & Bonding for Electrical Systems ------------------------- 4 16500 Lighting --------------------------------------------------------------------- 3 Pump Station Intake Meters Table of Contents June 2015 DIVISION I GENERAL REQUIREMENTS SECTION 01010 SUMMARY OF WORK PARTl GENERAL 1.1 SUMMARY A. This section covers the description of the Work to be completed under these Specifications. B. The OWNER is the City of Lubbock. (1) The Owner's Representative is: John Turpin, P.E. Chief Water Utilities Engineer City of Lubbock O: (806) 775-2342 C. The Project Engineer and Project Manager is: Greg Baier, P.E. Senior Civil Engineer Water Utilities Engineering City of Lubbock O: (806) 775-2394 D. Section includes: (1) Definitions (2) Project description (3) Permits and licenses (4) Access to site (5) Contractor's use of the premises (6) Project schedule (7) Security Procedures (8) Coordination requirements (9) Pre -construction meeting (10) Warranty 1.2 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. -- Pump Station Intake Meters 01010-1 June 2015 1.3 PROJECT DESCRIPTION A. The purpose of this project is to add in -line flow metering capability to three of the City's existing pump stations. B. Major work items are: At Pump Station 6 (1) Provide 1 (one) 12" flow meter (2) Provide a precast concrete vault with accessories (3) Install flow meter in vault and connect to City SCADA At Pump Station 8 (4) Provide 3 (three) precast concrete vaults with accessories (5) Provide 2 (two) isolation valves and install in separate vaults (6) Install existing flow meter in vault and connect to City SCADA At Pump Station 3 (work subject to land acquisition) (7) Provide 1 (one) 20" flow meter (8) Provide a precast concrete vault with accessories (9) Install flow meter in vault and connect to City SCADA C. The Contractor shall furnish all labor, equipment, and materials required for the complete construction of the work as shown on the drawings and specified herein. D. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. E. A maximum of 500 feet of trench open at a time. 1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5 PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 1.6 ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricaded open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. C. The Owner shall locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. Pump Station Intake Meters 01010-2 June 2015 Im , D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup schedules when working with in the alley right of way. 1.7 CONTRACTOR'S USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. B. The contractor shall ensure that any disturbed area is left in a condition equal to or better condition before finishing construction in the area. 1.8 PROJECT SCHEDULE A. Work shall be accomplished in the following site order: pump station 6, 8, then 3. B. Scheduling and accomplishing work at pump station 3 is subject to land acquisition, currently on -going, but planned for purchase and conveyance in October of 2015. C. The Work summarized above shall be substantially completed within 365 calendar days from the date of the Notice to Proceed. D. The Project Manager will issue a Substantial Completion Certificate with the date of declared substantial completion. E. There will be a $300.00 per day liquidated damages for each day that exceeds the 365 calendar day limit for substantial completion. F. Within five (5) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. G. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $300 per day liquidated damages assessed for each day that exceeds the 30 day limit. t PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.1 SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. F. Contractor may install in -line lock at pump station gates as needed. Pump Station Intake Meters 01010-3 June 2015 1 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 3.3 PRE -CONSTRUCTION MEETING A. A pre -construction meeting will be held at City Hall within ten (10) days of the date of Notice to Proceed and prior to any construction taking place. 3.4 WARRANTY A. Contractor shall warranty 100% of the project for one (1) year after the date of substantial -� �? acceptance of the work. 1. B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will schedule an inspection with the presence of the Contractor to inspect for defects and - assessment of the work performed. i C. Any work that is considered defective by the Owner's representative will be repaired. D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of I any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION Pump Station Intake Meters 01010-4 June 2015 i d_ � SECTION 01019 CONTRACT CONSIDERATIONS PART1 GENERAL ma l�iulu NAM A. This section covers the method for the Contractor to request payment for completed work. B. Section includes: (1) Schedule of Values (2) Application for Payment (3) Payment Retainage 1.2 SCHEDULE OF VALUES A. Contractor shall submit a Schedule of Values on Engineer approved Contractor's form within five (5) days after receiving the bid tabulation. B. Revise schedule to include approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit two (2) copies of each application on Engineer approved Contractor's form. B. Utilize Schedule of Values for listing items in Application for Payment. C. Monthly, submit application for payment on or about the 10th day of each month. D. Include an updated construction progress schedule, materials received, and manifest with each Application for Payment E. Submit the following along with the application for final payment: (1) The documentation for the completed project. (2) Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. (3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary Public. 1.4 PAYMENT RETAINAGE A. The Owner will retain five (5) percent of each payment. B. Retainage will be released as final payment, upon completion of the Final Punch List. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used END OF SECTION -< Pump Station Intake Meters 01019-1 June 2015 SECTION 01028 CHANGE ORDER PROCEDURES PART1 GENERAL 1.1 SUMMARY A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: (1) Submittals (2) Documentation Of Change In Contract Sum/Price And Contract Time (3) Change Procedures (4) Construction Change Authorization (5) Stipulated Price Change Order (6) Unit Price Change Order (7) Time And Material Change Order (8) Execution Of Change Orders (9) Correlation Of Contractor Submittals 1.2 SUBMITTALS A. Submit the name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Contractor shall maintain detailed records of work done on a time and material basis. B. Provide full information required for evaluation of proposed changes and to substantiate costs of changes in the Work. C. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. D. On request, provide additional data to support computations, including but not limited to: (1) Quantities of products, labor, and equipment. (2) Taxes, insurance, and bonds. (3) Overhead and profit. (4) Justification for any change in Contract Time. (5) Credit for deletions from Contract, similarly documented. E. Support each claim for additional costs, and for work done on a time and material basis, with additional information: (1) Origin and date of claim. (2) Dates and times work was performed, and by whom. (3) Time records and wage rates paid. (4) Invoices and receipts for products, equipment, and subcontracts, similarly documented. Pump Station Intake Meters 01028-1 June 2015 1.4 CHANGE PROCEDURES A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications. The Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the Proposal Request. Estimate shall include the proposed change's full effect on the Work and the effect on the Contract Sum/Price and Contract Time, with full documentation and a statement describing the effect on Work by separate or other contractors. D. The Contractor may request clarification of Drawings, Specifications, or Contract documents or other information by submitting a Request for Information to the Engineer. Engineer may request a Proposal Request in response to a Request for Information. 1.5 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate the method of determining any change in Contract Sum/Price or Contract Time. C. The Contractor shall promptly execute the change in the Work. 1.6 STIPULATED PRICE CHANGE ORDER A. Based on accepted Proposal Request. 1.7 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.8 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.9 EXECUTION OF CHANGE ORDERS A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. Pump Station Intake Meters 01028-2 June 2015 1.10 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Pump Station Intake Meters 01028-3 June 2015 SECTION 01030 SPECIAL PROCEDURES PART1 GENERAL 1.1 CONSTRUCTION SEQUENCE A. Perform the work as required to complete the entire project within the contract time and in the sequence stipulated below: B. The construction sequence identified herein is a recommendation only. Additional steps and/or requirements may modify the construction sequencing. C. Perform the work as required to complete the entire project within the contract time and in the sequence stipulated below: D. The pump stations shall remain energized and operational with minimal down time. At least one pump at each pump station shall remain in operation at all times with the exception of one six (6) hour shutdown to transfer the permanent power to the new switchgear. It shall be the contractor's responsibility to provide temporary power as required. E. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the work. F. Perform the work not specifically described in this Section as required to complete the entire project within the contract time. G. Work shall be phased in the following order: pump station 6, 8, then 3. H. Work shall not commence at pump station 3 unless or until land acquisition has been finalized. Due to the unlikely potential of delays in acquiring land the work at pump station 3 is not guaranteed. 1.2 SHUT DOWNS AND PLANS OF ACTION A. Shut -downs of operations or equipment must be planned and scheduled. (1) Submit a written plan of action for approval for shutting down essential services. These include: Electrical power Control power Process piping Operations equipment Communications equipment Other designated functions (2) Describe the following in the Plan of Action: Construction necessary Utilities, piping, or services affected Length of time the service or utility will be disturbed Procedures to be used to carry out the work Plan of Action to handle emergencies Contingency plan that will be used if the original schedule cannot be met _. L = Special Procedures 01030-1 June 2015 1- (3) Plan must be received by the Owner two (2) weeks prior to beginning the work and ` execution of, or advanced preparation for, work shall not commence until approval has been given. All notices shall be written. Outages may be disallowed by the Owner at any time. B. The Owner has identified "Critical Operations" that must not be out of service longer than the designated maximum out of service time and/or must be performed only during the designated times. (1) Work affecting "Critical Operations" is to be performed as outlined in this section until operations have been restored. (2) Provide additional work force and equipment as required to complete the work affecting "Critical Operations" within the allotted time. (3) Include the cost for work affecting "Critical Operations" in the contract proposal. (4) Designated Critical Operations are: Pump Station 3 — No critical operation constraints or damages required, only coordination with City operations staff. Pump Station 6 — No critical operation constraints or damages required, only coordination with City operations staff. Pump Station 8 — Maximum time out of operation is 30 days and must be performed during the months of October, 2015 to February, 2016. Damages will be assessed for each day operations have not been restored over 30 days and/or each day past February 29th 2016. (5) Liquidated damages will be assessed if work on "Critical Operations" is not completed within the time indicated. These items are critical to the pump station operation. Loss of pump station operations can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. Liquidated damages have been established for each critical operation: Critical Operation Liquidated Damages Pump Station No.3 $0 Pump Station No.6 0 Pump Station No.8 $1000 * (per day for operational outages over 30 days and/or for each day after Feb 291h 2016) 1.3 DISPOSAL OF EXCESS EXCAVATED MATERIAL The Contractor is responsible for properly disposing of all excess excavated material in accordance with all federal, state and local laws, ordinances, statutes, etc. Where indicated on the plans, excess material may be disposed on the site. END OF SECTION Special Procedures 01030-2 June 2015 SECTION 01039 COORDINATION AND MEETINGS PART1 GENERAL A. Section Includes: (1) Coordination (2) Field Engineering (3) Pre -Construction Meeting (4) Progress Meetings 1.4 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.5 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents as needed. 1.6 PRE -CONSTRUCTION MEETING A. Schedule meeting within ten (10) days of date of Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. C. Tentative agenda: (1) Use of premises by Owner and Contractor. (2) Distribution of executed Contract Documents. (3) Submission of list of Subcontractors, list of products and progress schedule. (4) Designation of personnel representing the parties in Contract and the Engineer. (5) Owner's requirements and work area site restrictions. (6) Construction facilities and controls provided by Owner. (7) Survey and layout. (8) Security and housekeeping procedures. (9) Schedules. (10) Procedures for testing. (11) Procedures for maintaining record documents. (12) Inspection and acceptance of products put into service during construction period. -- Pump Station Intake Meters 01039-1 June 2015 i i D. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 1.7 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Tentative agenda: (1) Review minutes of previous meetings. (2) Review of Work progress. (3) Field observations, problems, and decisions. (4) Identification of problems which impede planned progress. (5) Review of submittals schedule and status of submittals. (6) Review of off -site fabrication and delivery schedules. (7) Maintenance of progress schedule. (8) Corrective measures to regain projected schedules. (9) Planned progress during succeeding work period. (10) Coordination of projected progress. (11) Maintenance of quality and work standards. (12) Effect of proposed changes on progress schedule and coordination. (13) Other business related to Work. E. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. PART 2 PRODUCTS Not used PART 3 EXECUTION Note used END OF SECTION F� Pump Station Intake Meters 01039-2 June 2015 - FJ i� SECTION 01140 1.i1O R'I's 9 x.YII 7 [0I 1[1] 0(.y PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Use Of Premises (2) Special Scheduling Requirements (3) Working Period (4) Utility Cutovers And Interruptions (5) Noise Restrictions (6) Advance Notice (7) Water For Construction (8) Work Area Limits 1 " 1.2 USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Confine construction operations to within the limits of Right of Way, Alley Easements and Manhole locations, as shown on plans. C. Keep driveways and entrances serving premises clear and available to tenants, residents and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. D. Schedule construction to minimize obstruction of driveways and entrances. 1.3 SPECIAL SCHEDULING REQUIREMENTS A. Work at pump station 3 shall not commence until land acquisition has been finalized. B. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. C. Permission to interrupt utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. 1.4 WORKING PERIOD A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. (1) Saturday work shall be restricted to those activities that do not require observation by the Owner. (2) The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. B. No work shall be performed on the following holiday periods or days: (1) New Year's Day (2) Good Friday Holiday (3) Memorial Day Holiday Pump Station Intake Meters 01140-1 June 2015 (4) Independence Day Holiday (5) Labor Day Holiday 6 Thanksgiving Da Holiday plus the day before and the three days following () g� g Y Yp Y Y g Thanksgiving Day. 1 (7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner's approval. (1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. (2) Based on the justification provided, the Owner may approve work outside regular hours. (3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5 UTILITY CUTOVERS AND INTERRUPTIONS A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor. B. Sanitary sewer service connections shall be re -connected in a timely manner following installation of the new sanitary sewer pipe. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site a hand portable sound measurement device for both the I`I Owner's and the Contractor's use for measuring noise levels. Ll 1.7 ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be approved by the Owner. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. Pump Station Intake Meters 01140-2 June 2015 H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. (1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. (2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. (3) The City will not furnish potable water free of charge for the construction work. (4) The Contractor is responsible for any required metering and hauling. (5) To obtain a meter for construction water, see City contact for water meters: Paul Nolan 806-775-2747 or pnolen@mylubbock.us C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. B. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. C. Monuments and markers shall be protected before construction operations commence. D. Where construction operations are to be conducted during darkness, the markers shall be visible at all times. E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Pump Station Intake Meters 01140-3 June 2015 SECTION 01300 SUBMITTAL PROCEDURES PART1 GENERAL 1.1 SUMMARY A. Section includes: (1) Submittal Procedures (2) Re -Submittal Requirements (3) Action Submittals (4) Proposed Products List (5) Shop Drawings (6) Information Submittals (7) Contractor's Review (8) Owner And Engineer Action 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. D. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. E. Submittals may be delivered to the Engineer at the following address: Water Utilities Engineering 1625 13th Street Lubbock, Texas 79457 F. Allow enough time for submittal review, including time for re -submittals, as follows: (1) Time for review shall commence on the Owner or Engineer's receipt of submittal. (2) Allow fifteen (15) days for initial review of each submittal. (3) Allow additional time if processing must be delayed to permit coordination with subsequent submittals. (4) The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. (5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. (6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) days for initial review of each submittal. (7) If intermediate submittal is necessary, process it in same manner as initial submittal. (8) Allow fifteen (15) days for processing each resubmittal. G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Pump Station Intake Meters 01300-1 June 2015 r t e_..F I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. L. Submittals not requested will not be recognized or processed. 1.3 RE -SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re -submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal (ie. 0001-A). PART 2 PRODUCTS 2.1 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification Sections. B. Submit three (3) copies of each submittal, unless otherwise indicated. (1) The three (3) copies will be retained by the Owner's representative. (2) Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. 2.2 PROPOSED PRODUCTS LIST A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog designation, and reference standards. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Collect information into a single submittal for each element of construction and type of product or equipment. D. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. E. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. F. Include notation of special coordination requirements for interfacing with adjacent work. G. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Contract Closeout. 2.3 SHOP DRAWINGS A. Prepare Project specific information, drawn accurately to scale. B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. C. Include the following information, as applicable: i_ (1) Dimensions Pump Station Intake Meters 01300-2 June 2015 -r (2) Identification of products (3) Fabrication and installation drawings (4) Schedules (5) Design calculations (6) Compliance with specified standards (7) Notation of coordination requirements (8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. _. E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8 'h x 11 inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of inch equal to 1 foot.g H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 01700 — Contract Closeout. 2.4 INFORMATION SUBMITTALS A. Manufacturer's Instructions: (1) When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. (2) Identify conflicts between manufacturers' instructions and Contract Documents. (3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates (1) When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. (2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. (3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: (1) Prepare written information indicating current status of insurance or bonding coverage. (2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. (1) Stamp each submittal with a uniform approval stamp. Pump Station Intake Meters 01300-3 June 2015 i (2) Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER AND ENGINEER'S ACTION A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: (1) No Exception Taken (2) Corrections As Noted (3) Revise and Resubmit (4) Rejected D. The submittal stamp by the Owner or Engineer will also contain the following: (1) Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. (2) Any action shown is subject to the requirements of the plans and specifications. (3) The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. E. The Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with the requirements. END OF SECTION Pump Station Intake Meters 01300-4 June 2015 SECTION 01310 PROGRESS SCHEDULES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Format (2) Content (3) Revisions To Schedules (4) Submittals (5) Distribution 1.2 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. Pump Station Intake Meters 01310-1 June 2015 t 1.6 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and s other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART PRODUCTS Not used PART 1 EXECUTION Not used END OF SECTION Pump Station Intake Meters 01310-2 June 2015 r" 1 i` SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PARTI GENERAL 1.1 SUMMARY A. Section Includes: (1) Contractor Responsibilities (2) Erosion and Sediment Controls (3) Components for Silt Fences (4) Components for Straw Bales (5) Storm Water Pollution Prevention Plan B. Definitions: (1) BMP — best management practices (2) EPA — Environmental Protection Agency (3) NOI — Notice Of Intent (4) NOT — Notice of Termination (5) SWPPP or SWP3 — Storm Water Pollution Prevention Plan (6) TPDES — Texas Pollution Discharge Elimination System 1.2 CONTRACTOR RESPONSIBILITIES A. Contractor shall coordinate with City Storm Water Department and meet required level of BMPs and runoff prevention performance criteria. B. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the SWP3 in a manner, which will meet the requirements of the TPDES General Permit No.TXR150000. C. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. D. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. E. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.3 EROSION AND SEDIMENT CONTROLS A. General (1) Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. (2) Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress [s Pump Station Intake Meters 01356-1 June 2015 - is I V, (1) Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. (2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. (3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms (1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. (2) Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading.) (3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as they are required and until they are removed from the site. D. Sand/Gravel Bags (1) The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. (2) Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). (3) Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization (1) The Contractor shall disturb the least amount of site area as possible. (2) Stabilization measures to be implemented by the Contractor may include any of the following measures: (a) Temporary or permanent seeding or sodding (b) Mulching (c) Geotextiles (d) Vegetative buffer strips (e) Paving (f) Stabilization measures shall be implemented in accordance with the SWP3. 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric (1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain their relative positions. (2) The filament shall consist of a long -chain synthetic polymer composed of at least eight- _ , five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers -- Pump Station Intake Meters 01356-2 June 2015 sus Fr and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. (3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. (4) The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 ADS (U.S. Std. Sieve) ASTM D 4751 20 —100 B. Silt Fence Stakes and Posts (1) The Contractor may use either wooden stakes or steel posts for fence construction. (2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. (3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling\ (1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales (1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. (2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. (3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. (4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. (5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. PART 3 EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed NOI form must be submitted a minimum of forty-eight (48) hours prior to start t of construction. �4 Pump Station Intake Meters 01356-3 June 2015—' �-1 1_ 1 D. No work will be permitted until NOI is riled. E. The SWP3 shall be continually updated as necessary to reflect current and changing - conditions on site. i F. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. _ G. A completed NOT form must be submitted prior to finalization of this contract. H. The Contractor shall furnish the Owner with a copy of the NOI and NOT. END OF SECTION .; Pump Station Intake Meters 01356-4 June 2015 t_. , SECTION 01380 PROJECT PHOTOGRAPHS PART1 GENERAL i 1 VZ 1 _ 0 A. This section covers the description of the Work to be completed under these Specifications. B. All project photography shall follow the specifications listed herein. 1.2 DEFINITIONS A. CD — compact disk; electronic media for storing digital information such as photos; B. jpeg — a specific photographic file format utilizing file compression with minimal loss of image quality; C. Megapixels — defined as one million pixels; used for image density rating; D. Picture — synonymous with photograph; E. Pixel — the smallest indivisible color element of a raster image; F. USB — the Universal Serial Bus is a standard for cable connections and 1.3 QUALITY ASSURANCE A. The Contractor shall verify image quality through camera's on -screen display after taking photos. B. Photos shall not utilize digital zooms. 1.4 SUBMITTALS A. The following elements of construction shall have a minimum of 10 photos each from multiple angles: (1) Pre -construction conditions (2) Excavation & shoring (3) Concrete formwork & reinforcement placement (4) Precast vault installation (5) Backfilling & compaction (showing method of compaction at each change in material) B. Submittals are due in conjunction with each pay app cycle; photos may be used to corroborate materials or progress verification. C. Photos shall be submitted in digital format on any of the following hard media: (1) Photo CD (2) USB Drive D. Emailed photo submittals will not be accepted. E. External hard drives for file transfer will not be accepted. Pump Station Intake Meters 01380-1 June 2015 r< PART 2 PRODUCTS 2.1 PHOTOGRAPHS A. All photography shall be digital. B. File format for all pictures shall be jpeg. C. All photos shall be of a size of 4.0 megapixels or greater. D. Naming Convention (1) All digital photo files will be re -named according to the following standard: [ContractNumber]-[Description] Example: 011035-Precast Concrete Vault Installation of 3rd Section (a) Station numbering shall appear in the description when applicable. (b) Camera's date settings must be correct and automatic date information shall not be tampered with or altered after photos are taken. PART 3 EXECUTION 3.1 RESTRICTIONS A. In secure areas, permission will be required prior to access. B. Pictures taken from outside secure areas (through or over fence) will not be allowed. 3.2 PROCEDURES : A. Photos shall be taken during on -going work, unless requested by Engineer. B. Number of photos per construction element may change based on complexity of construction or due to unforeseen circumstances. 3.3 OTHER REQUIREMENTS A. The Engineer reserves the right to request additional pictures. B. The City's Senior Inspector may also request additional photos in special circumstances. END OF SECTION Pump Station Intake Meters 01380-2 June 2015 SECTION 01400 QUALITY REQUIREMENTS PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Definitions (2) Testing Requirements (3) Submittals (4) Quality Control (5) Repair and Protection 1.2 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3 TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.4 SUBMITTALS A. Qualification Data: (1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. (2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. (a) Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: (1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: (a) Date of issue (b) Project title and number. Pump Station Intake Meters 01400-1 June 2015 (c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. (d) Dates and locations of samples and test i (e) Names of individuals making tests (f) Description of the work and test method (g) Identification of material, product, and specification Section. (h) Complete test or inspection data (i) Test results and interpretation of test results (j) Ambient conditions at time of sample taking and testing. (k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. (1) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. f (m) For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: (1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: (1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: (1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. (2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: (1) Submit certified written report of each test and similar Quality Assurance service to the Contractor. (2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5 QUALITY CONTROL A. Owner Responsibilities: (1) Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. (2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: (1) Provide quality control services required in the various specification Sections. Pump Station Intake Meters 01400-2 June 2015 (2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. (3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. (4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. (5) Such reports shall include failing tests and retests. (6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. (7) Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. (8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: (1) Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: (1) Cooperate with the Engineer and Contractor in performance of duties. (2) Provide qualified personnel and necessary equipment to perform required tests and inspections. (3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. (4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. (5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. (6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. (7) Do not perform any duties of the Contractor. E. Associated Services: (1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. (2) Notify agency sufficiently in advance of operations to permit assignment of personnel. (3) Provide the following: (a) Access to the Work. (b) Incidental labor and facilities necessary to facilitate tests and inspections. (c) Adequate quantities of representative samples of materials that require testing and inspecting. (d) Assist agency in obtaining samples. (e) Facilities for storage and field curing of test samples. Pump Station Intake Meters 01400-3 June 2015 i (f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. 4 (g) Delivery of samples to testing agencies. (h) Preliminary design mix proposed for use for material mixes that require control by testing agency. (i) Security and protection for samples and for testing and inspecting equipment at Project site. ,__ F. Coordination: (1) Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. (2) Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. j B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Pump Station Intake Meters 01400-4 June 2015 SECTION 01410 TESTING LABORATORY SERVICES PARTl GENERAL 1.1 SUMMARY A. Section Includes: (1) Selection and Payment (2) Quality Assurance (3) Laboratory Responsibilities (4) Laboratory Reports (5) Limits on Testing Laboratory Authority (6) Contractor Responsibilities (7) Schedule of Inspections and Tests B. References: (1) ANSFASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. (2) ANSI/ASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.2 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. E. Make arrangements with independent firth and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. G. The cost associated with compliance testing shall be paid by the Contractor. H. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. I. Payment for re -testing will be paid by the Contractor. 1.3 QUALITY ASSURANCE A. Comply with requirements of ANSFASTM D3740R and ANSI/ASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Pump Station Intake Meters 01410-1 June 2015 4 C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.4 LABORATORY RESPONSIBILITIES f_ A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. 1.5 LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Laboratory test reports shall include: (1) Date issued (2) Project title and number (3) Name of inspector (4) Date and time of sampling or inspection (5) Identification of product and Specification Section (6) Location in the Project (7) Type of inspection or test (8) Date of test (9) Results of tests (10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.7 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. i Pump Station Intake Meters 01410-2 June 2015 D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.8 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2 PRODUCTS Not used PART EXECUTION Not used END OF SECTION 0 H In Pump Station Intake Meters 01410-3 June 2015 SECTION 01576 WASTE MATERIAL DISPOSAL PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Submittals (2) Salvageable Material (3) Excess Material 1.2 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. PART 2 PRODUCTS Not used PART 3 EXECUTION 1.1 SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section 02221— Removing Existing Pavements. `- 1.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and # other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess material may be disposed at the WTRDF at no additional cost to the Owner. (1) There will be a tipping fee per ton for construction debris and for excess uncontaminated soil. (2) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. (3) For a complete list of fees associated with the WTRDF, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/fees.aspx. - Pump Station Intake Meters 01576-1 June 2015 t- (4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil maybe deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. D. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION Pump Station Intake Meters 01576-2 June 2015 H i L.-3 SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Closeout Procedures (2) Final Cleaning (3) Adjusting (4) Project Record Documents (5) Warranties (6) Spare Parts and Maintenance Materials. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Should the Engineer consider the work incomplete or defective: (1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. (2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. (3) The Engineer will re -inspect the Work. C. Provide submittals to the Engineer that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site, sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.4 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: (1) Contract Drawings (2) Specifications (3) Addenda (4) Change Orders and other Modifications to the Contract (5) Reviewed shop drawings, product data, and samples. Pump Station Intake Meters 1700-1 June 2015 B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: (1) Legibly mark and record at each Product section description of actual Products installed, including the following: (a) Manufacturer's name and product model and number. (b) Product substitutions or alternates utilized. (c) Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: (1) Legibly mark each item to record actual construction including: (a) Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. (b) Field changes of dimension and detail. (c) Details not on original Contract Drawings. (d) Changes made by Addenda and Modifications. 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Pump Station Intake Meters 1700-2 June 2015 DIVISION 2 SITE WORK SECTION 02082 PRE -CAST CONCRETE VAULTS 1714"4 Wt6100 7 1 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications pertains to pre -cast concrete vaults and related items. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Vaults and Utilities. B. Section 02084 — Frames, Grates, Rings, and Covers. 1.4 REFERENCES A. ASTM C 270 — Standard Specification for Mortar for Unit Masonry. B. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. C. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. D. ASTM C 858 — Underground Precast Concrete Utility Structure. E. ASTM C 990 — Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3) 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: (1) Shop drawings of precast concrete vault, including reinforcement, jointing, methods, materials, and dimensions. (2) Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 857 and ASTM C 858 latest revisions, except as modified herein and on the drawings for internal pressure requirements. (3) Materials to be used for pipe connections at manhole/vault walls. (4) Materials to be used for stubs and stub plugs, if required. (5) Material to be used for sealing of riser joints. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. Each section or part of vault shall be labeled with the vault designation from the drawings to which that section or part belongs. Each section or part shall be labeled prior to Pump Station Intake Meters 02082 —1 June 2015 being shipped from the manufacturer's plant. Any vault section arriving from the manufacturer without a manhole designation applied to it shall not be unloaded. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 PRODUCTS 2.1 PRE -CAST CONCRETE VAULTS A. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and ASTM C 858 latest revision. Vault should be of Type VCP 80100, or as shown on plans, as manufactured by Vaughn Concrete Products, Hanson Pre -Cast, or approved equal. Openings shall be precast as shown on plans. B. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. C. For sealants used between concrete riser sections, refer to Section 02082, 2.7 A. D. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal pressure. Such watertightness shall be proven by a hydrostatic test of four hours duration. 2.2 TRAFFIC -RATED VAULTS A. Traffic -rated vaults shall meet or exceed AASHTO HS-20-44 (H-20 5-16) load rating. B. For water line alignments in the roadway, all vaults are to be traffic -rated. 2.3 CAST -IN -PLACE CONCRETE A. The vault base slab shall be Cast -in -Place Concrete, placed to the dimension and grades shown on the plans. Slab penetrations should be provided at specified locations. B. Conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.5 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 2.6 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings and Covers. 2.7 PIPE TO VAULT CONNECTIONS FOR STORM SEWERS A. Grout space between the pipe and vault -wall conforming to ASTM C 1107 for all pipe materials. 2.8 SEALANT MATERIALS A. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. 2.9 BACKFILL MATERIALS Pump Station Intake Meters 02082 — 2 June 2015 A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfill for Utilities. 2.10 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 VAULT BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. 3.3 PRE -CAST VAULT SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. Pressure and leakage requirements in paragraph 2.1 apply. 3.4 BACKFILL A. A. Place and compact backfill materials in the area of excavation surrounding vaults in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. 3.5 PROTECTION A. Protect vaults from damage until work has been finally accepted. Repair damage to vaults at no additional cost to Owner. END OF SECTION Pump Station Intake Meters 02082 — 3 June 2015 SECTION 02240 DEWATERING PARTl GENERAL 1.1 SUMMARY A. This Section includes construction dewatering procedures and requirements. (1) A geotechnical survey has not been performed at the site. (2) This Section shall be applicable only if ground water begins to enter the trench. (3) Any required dewatering for this project shall be considered subsidiary to pipeline and manhole installation and no separate compensations will be paid. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Quality Assurance (4) Project Conditions (5) Preparation (6) Installation (7) Observation Wells 1.2 SUBMITTALS A. Shop Drawings for Information: (1) For dewatering system, show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. (2) Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. (3) Include written report outlining control procedures to be adopted if dewatering problems arise. (4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by j dewatering operations. (5) Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. (6) Note locations and capping depth of wells and well points. B. Field Test Reports: (1) Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. B. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. Pump Station Intake Meters 02240-1 June 2015 C. Prevent surface water from entering excavations by grading, dikes, and other means approved by the Engineer. D. Remove dewater system if no longer needed. 1.4 QUALITY ASSURANCE A. Comply with water disposal requirements of authorities having jurisdiction. 1.5 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: (1) A geotechnical report has not been prepared for the Project area. (2) The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. (3) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (4) Clearly identify benchmarks and record existing elevations. (5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. (6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. B. Prevent surface water and subsurface or ground water from entering excavations, ponding on prepared subgrades, and from flooding site and surrounding area. C. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. D. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3.2 INSTALLATION Pump Station Intake Meters 02240-2 June 2015 L L_} lA A. Install dewatering system utilizing wells well points, or similar methods complete with um g Y g , p p pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. C. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. D. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. H. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. I. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. J. Dispose of water in a manner that avoids inconvenience to others. K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. L. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. N. Remove dewatering system from Project Site on completion of dewatering. O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. P. Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. D. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. E. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Pump Station Intake Meters 02240-3 June 2015 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART1 GENERAL 1.1 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Project Conditions (4) Materials (5) Preparation (6) Sheet Piling (7) Trench Boxes (8) Trenching Procedures 1.2 SUBMITTALS A. Shop Drawings for Information: (1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. (2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Pump Station Intake Meters c3 June 2015 i t_ i 1 B. Project Site Information: (1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (2) Clearly identify benchmarks and record existing elevations. (3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. (4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS 2.1 MATERIALS A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PART 3 EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. Pump Station Intake Meters 02260-2 June 2015 D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4 TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Pump Station Intake Meters 02260-3 f-� June 2015' i� SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES ' � �i Cl uKITAIM 1.1 SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: (1) Definitions (2) References (3) Scheduling (4) Submittals (5) Tests (6) Equipment (7) Material Classifications (8) Accessories (9) Installation (10) Preparation (11) Protection (12) Excavation (13) Handling Excavation Materials (14) Trench Foundation (15) Ground Water Control (16) Pipe Embedment, Placement and Compaction (17) Trench Zone Backfill, Placement and Compaction (18) Field Quality Control (19) Disposal of Excess Material 1.2 DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. i_ -' Pump Station Intake Meters 02317-1 June 2015 F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backfill — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 — Dewatering. I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by Pump Station Intake Meters 02317-2 June 2015 cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3 REFENCES A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.4 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.5 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: (1) Sequence of work and coordination of activities. (2) Selected trench widths and dimensions of excavations. (3) Procedures for foundation and embedment placement, and compaction. (4) Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to the TxDOT coordinate system. (1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. (2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.6 TESTS Pump Station Intake Meters 02317-3 June 2015 A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each compacted layer. PART 2 PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is obtained over pipes, conduits, and ducts. C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. E. Do not use vibratory equipment if adjacent structures could be affected. F. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 — Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; colored as follows: (1) Red —Electric (2) Yellow — Gas, oil, steam, and dangerous materials. (3) Orange — Telephone and other communications. (4) Blue — Water systems. (5) Green — Sewer systems. B. Locator Wire: Install continuously coated ten (10) gauge locating wire as indicated on Plans. PART 3 EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform to the trench details shown in the drawings. 3.2 PREPARATION Pump Station Intake Meters 02317-4 June 2015 f_. A. Establish traffic control to conform to requirements of Section 01555 —Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform to applicable safety standards and regulations. C. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02220 — Demolition, Removal, and Salvaging of Existing Material. G. Maintain permanent benchmarks, monumentation and other reference points, and unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches and excavations. E. Do not allow water to pond in trenches or excavations. F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. G. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. H. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. I. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. J. Coordinate vertical separation requirements with utility owners and any other special construction considerations. K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. L. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. Pump Station Intake Meters 02317-5 June 2015 E. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. G. Shoring of Trench Walls: (1) Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. (2) For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. (3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out behind the trench wall support. (4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. (5) Leave rangers, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wail in the vicinity of the pipe zone. (6) Employ special methods for maintaining the integrity of embedment or foundation material. (7) Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. (8) As supports are moved, finish placing and compacting embedment. (9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. (10) Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. (11) Fill voids left on removal of supports with compacted backfill material. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. I. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. J. Use of Trench Shields/Trench Boxes: (1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. (2) Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. (3) When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. (4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread. (5) Place and compact backfill materials against undisturbed walls and foundation. (6) Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. (7) Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.13 Pump Station Intake Meters 02317-6 June 2015 3.5 HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and confornung to Section 02320 — Utility Backfill Materials. B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. D. Protect excess stockpiles for use on site. E. Maintain site conditions in accordance with Section 01500 — Temporary Facilities and Controls. 3.6 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of the pipe. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 420e7 �i011QNIIJ I ii I �Z�T`�IIIIW A. Should ground water become an issue, refer to Section 02240 — Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to -- maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. Pump Station Intake Meters 02317-7 June 2015 K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. L. Shovel in -place and compact embedment material using pneumatic tampers in restricted} areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. M. Compact each lift before proceeding with placement of the next lift. N. Water tamping and water jetting are not allowed. O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A and 2.3.B. 3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore as soon as practicable. B. Leave only the minimum length of trench open as necessary for construction. C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. D. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. (1) Cut off sheeting two (2) feet or move above the crown of the pipe. (2) Remove trench supports within five (5) feet from the ground surface. E. Place trench zone backfill in lifts and compact by methods selected by the Contractor. F. Fully compact each lift before placement of the next lift. G. Cement Stabilized Backfill/Lean Concrete Backfill: (1) Place in depths as shown on plans. (2) Use vibratory equipment to ensure placement under the haunches of the pipe. (3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. (4) This equates to a penetration resistance of approximately 300 pounds per square inch. (5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. (6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then L t compacted backfill operations may commence. (7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. (8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. �_ 1 (9) Such readings shall be taken prior to commencing backfill operations. H. Bedding Material: (1) Sand bedding shall be loosely placed in trench as shown on the Drawings. I. Gravel Embedment: (1) Place in depths as shown on plans Pump Station Intake Meters 02317-8 June 2015 - : I (2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. J. Native Material/Borrow Material (Pipe Installation): (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. K. Topsoil: (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship - tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in -place density tests of compacted pipe foundation, {- embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. G. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. 1 Pump Station Intake Meters 02317-9 June 2015 H. The number of tests will be increased if compacting effort is variable and not considered sufficient to attain uniform density, as specified. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. J. Two (2) verification tests will be performed adjacent to in -place tests showing density less , than the acceptance criteria. Placement will be rejected unless both verification tests show_ acceptable results. K. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with Vi nonconforming density, core and test for compressive strength at Contractor's expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL , A. Dispose of excess materials in accordance with requirements of Section 01576 —Waste Material Disposal. END OF SECTION Pump Station Intake Meters 02317-10 2015 June I SECTION 02320 UTILITY BACKFILL MATERIALS PART1 GENERAL 1.1 SUMMARY A. This Section of the specification covers materials related to the backfill of utilities. B. Section Includes: (1) "Concrete" sand (for use as pipe bedding). (2) Native soil materials. (3) Topsoil. (4) Crushed stone. (5) Cement stabilized backfill. C. Related Sections: (1) Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. (2) Section 01300 — Submittal Procedures (3) Section 01400 — Quality Requirements (4) Section 02317 — Excavation and Backfill for Utilities. 1.2 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.3 REFENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131— Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-ib/ft3). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex-106-E — Test Method — Methods of Calculating Plasticity Index of Soils. Pump Station Intake Meters 02320-1 June 2015 P. TxDOT Tex- 110-E -Determination of Particle Size Analysis of Soils. 1.4 SUBMITTALS A. Conform to Section 01300 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.5 TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. PART 2 PRODUCTS 2.1 MATERIAL DESCIRPTIONS A. "Concrete" Sand (1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. (2) Gradation shall conform to ASTM C 136 and the following limits. Sieve Percent Passing 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Native Soil Material for Backfill La (1) Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. C. Topsoil H (1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. (2) Surface should be made clear of rock and other debris before planting.-i (3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. D. Gravel Embedment (1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. ± (2) Provide gravel embedment that meets the following gradation requirements: tJ Pump Station Intake Meters 02320-2 June 2015 Sieve Percent Retained 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 (3) A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill (1) Cement Content — 2 sack mix per cubic yard. (2) Water/Cement Ratio — 0.60. (3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. (4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: (1) Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. (2) Plasticity of material passing the No. 40 sieve. (3) Clay lumps. (4) Lightweight pieces. (5) Organic impurities. C. Production Testing: Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Native material requires testing only when questionable material is encountered. PART 3 EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top two (2) feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples from verification testing. Pump Station Intake Meters 02320-3 June 2015 4:. { C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. r 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control s (1) The Engineer may sample and test backfill at: i. Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. ii. On -site stockpiles. iii. Materials placed in the Work. (2) The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. END OF SECTION Pump Station Intake Meters 02320-4 June 2015 �z SECTION 02626 STEEL PIPE PART1 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install steel pipe, fittings, and specials as specified, including connections and appurtenances, as required for the proper installation and function of the pipe as indicated herein. B. The pipeline coating and lining shall be as specified herein and in Section 09960 "High - Performance Coatings." (1) Coating: The standard pipe coating shall be epoxy coating. Where indicated on the Drawings, polyurethane coating, mortar coating, or bare steel pipe with concrete encasement shall be used. (2) Lining: The standard pipe lining shall be epoxy lining. Where indicated on the Drawings, mortar lined steel pipe shall be used. C. The pipeline shall be suitable to carry potable water treated with chloramines or gaseous chlorine to maintain a disinfectant residual. 1.2 QUALITY ASSURANCE A. Experience Requirements: (1) Pipe shall be the product of one manufacturer who has had not less than 5 years successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. Fittings may be manufactured at an alternate location, provided they are supplied under the responsible authority of the Pipe Manufacturer. All pipe shall be new and not supplied from inventory. All pipe and fittings shall be manufactured in the Continental U.S.A., and shipping over salt waterways will not be allowed. (2) The Manufacturer shall be certified either under S.P.F.A. or ISO 9001 quality certification program for steel pipe and accessory manufacturing. (3) Approved manufacturers include Hanson Pipe, Northwest Pipe, American Spiral Weld, Ameron, Mid —America, and Jifco. B. Owner Testing and Inspection: (1) Pipe will be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the Work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of 2 weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. (2) The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slowdowns" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be X p Pump Station Intake Meters 02626-1 June 2015 required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. Factory Testing: (1) The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. (2) Cement Mortar Lining: Shop -applied cement mortar linings shall be tested in accordance with AWWA C205 and as specified in Section 09960 "High -Performance Coatings." (3) Coating: The pipe coating shall be tested as specified in Section 09960 "High - Performance Coatings." (4) Hydrostatic Pressure Testing and Welding Testing: (a) Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. (b) Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic testing by an independent certified welding inspector paid for by the Pipe Manufacturer. (5) Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 0.25 inches and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30 F in accordance with ASTM A370. (6) Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. (7) Mill Certification: The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and specials. D. Manufacturer's Technician for Pipe Installation: (1) During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. (2) The Pipe Manufacturer shall provide services of the Coating Manufacturer's representative and the Heat Shrink Joint Manufacturer's representative for a period of not less than 2 weeks at the beginning of actual pipe laying operations to advise Pipe Manufacturer, Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink joint installation procedures and general construction methods and how they may Pump Station Intake Meters 02626-2 June 2015 affect the pipe coating. The Manufacturer's representative shall be required to return if, in the opinion of the Engineer, the coating or the Contractor's construction methods do not comply with the Specifications. Cost for the Manufacturer's representatives to return to the Site shall be at no additional cost to the Owner. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01300 "Submittal Procedures" and shall include: (1) Shop Drawings: (a) Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer. Shop Drawings shall include a schematic location profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan and profile sheets. Shop Drawings shall be based on the drawings and Specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Shop Drawings shall also include full details of reinforcement, and dimensions for pipe and fittings. Details for the design and fabrication of all fittings, specials, and provisions for thrust restraint shall be included. (b) Where welded joints are required, Shop Drawings shall include: (i) Welding requirements. (ii) Location and dimension of all additional outlets required by the Contractor to install welds. (2) Certificate of Adequacy of Design: Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit an affidavit certifying that the pipe, fittings, specials, and other products and materials furnished, comply with this Specification, Drawings, and the applicable requirements of AWWA C200, AWWA C205, AWWA C215, AWWA C222. (3) Certified Test Reports: a. Submit the following Certified Test Reports prior to shipment of the pipe: (a) Copies of results of factory hydrostatic tests and test of fittings. (b) Mill certificates, including chemical and physical test results for each heat of steel, charpy v-notch tests, and elongation tests. (c) A Certified Test Report from the Coating Manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification on all pipe, fittings and joints made in the factory. (d) Certified Test Reports for welder certification for factory and field welders. (e) Certified Test Reports for factory welds of fittings from an independent Certified Welding Inspector paid for by the Pipe Manufacturer. (f) Certified Test Reports for cement mortar tests. (4) Record Data: (a) Before pipe installation begins: (i) Provide copies of "Release for Manufacture" layout sheets. (ii) Provide copies of all design calculations. (iii) Where welded joints are required, provide the Contractor's Proposed Field Welding Procedure in accordance with this Specification, AWWA C206 and AWS D1.1. The Field Welding Procedure shall include provisions for thermal stress control and provisions for control of coating damage. Pump Station Intake Meters 02626-3 June 2015 fi- 1 1.4 STANDARDS - A. Except as modified or supplemented herein, the steel pipe, coatings, linings, fittings, and specials shall conform to the applicable requirements of the following standards and specifications, latest edition: ANSI/NSF Standard 61 AWS D1.1 Structural Welding Code AWWA C200 Steel Water Pipe — 6 In. (150 MM) and Larger AWWA C205 Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 In. (100 mm) and Larger — Shop Applied AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service Sizes 4 In. Through 144 In. (100 mm Through 3600 mm) AWWA C208 Dimensions for Steel Water Pipe Fittings AWWA C210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C215 Extruded Polyolefin Coatings for Exterior of Steel Water Pipelines AWWA C216 Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings to Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA C602 Cement -Mortar Lining of Water Pipelines In Place - 4 In. (100 mm) and Larger AWWA M11 Manual: Steel Pipe - A Guide for Design and Installation AWWA C604 Installation of Steel Water Pipe — 4 In. and Larger ASME Shop Welding Certification ASTM A370 Standard Test Method and Definitions for Mechanical Testing of Steel Products ASTM C33 Standard Specification for Concrete Aggregates ASTM C35 Standard Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Standard Specification for Portland Cement ASTM D16 Standard Terminology for Paint, Related Coatings, Materials and Applications ASTM D522 Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM E165 Standard Practice for Liquid Penetrant Examination for General Industry ASTM E709 Standard Guide for Magnetic Particle Testing ASTM E1444 Standard Practice for Magnetic Particle Testing Pump Station Intake Meters 02626-4 June 2015 SSPC-SP-I SSPC-SP-10 Near -White Blast Cleaning SSPC-PA2 SSPC-PA/Guide 3 A Guide to Safety in Paint Application SSPC-PS/Guide 17 A Guide for Selecting Urethane Painting Systems 1.5 DELIVERY AND STORAGE A. Packing: (1) The pipe shall be prepared for shipment to afford maximum protection from normal hazards of transportation and allow pipe to reach the Site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the Site unless such damaged pipe is properly repaired. (2) After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. (3) Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations and in accordance with Paragraph 3.01.C. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on the inside of both ends, the class for which it is designed, the date of manufacture, and the identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. PART PRODUCTS 2.1 MATERIALS A. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. (1) Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine (2) Austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. B. B. Coatings and Linings: (1) Coatings: (a) Polyurethane Coating: Polyurethane coating shall be in accordance with Section 09960 "High -Performance Coatings." (b) Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09960 "High -Performance Coatings." (c) Mortar Coating: Mortar coating shall be in accordance with Section 09960 "High - Performance Coatings." (2) Linings: (a) Cement Mortar Lining: 1). Linings shall be shop -applied spun cement mortar lining for pipe sizes 108 inches and smaller. Shop applied cement mortar linings shall be in accordance with Section 09960 "High -Performance Coatings" and shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall be silica base and shall not leach in water. Curing of the linings i shall conform to the requirements of AWWA C205. Cement mortar linings shall be --- Pump Station Intake Meters 02626-5 June 2015 t_ l 1 dense and smooth without bumps, blisters, ridges, or spalling, to the satisfaction of the Engineer. All rough spots shall be smoothed out with a rubbing stone, or other method, to the satisfaction of the Engineer. (b) Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all �f above grade piping provide epoxy lining in accordance with Section 09960 "High - Performance Coatings." C. Flange Nuts and Bolts: Nuts and Bolts shall be 304 stainless steel. Bolts shall conform to ASTM A193. Nuts shall conform to ASTM A194. Furnish all bolts, nuts, flange gaskets, and insulation kits. Use anti -seize compound during installation of all nuts and bolts. Thrust rods shall be carbon steel conforming to ASTM A193. D. Threaded Outlets: Where outlets or taps are threaded, furnish and install 304 stainless steel bushings for the outlet size indicated. E. Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be as shown in the Shop Drawings. The minimum spacing for outlets for weld leads shall be 500 feet. Outlets through manways, air valves, and blow offs shall be used for access for weld leads, and shall be included in the calculation for 500-foot minimum spacing. F. Flexible Joint Couplings: See Section 15136 "Miscellaneous Valves." G. Test Bulkheads: Contractor shall furnish test bulkheads in accordance with Section 01666 �1 "Hydrostatic Testing," the Drawings, and as needed to perform field hydrostatic tests. (1) Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. (2) Each test plug or bulkhead specified shall have a 30-inch access manhole in one side of the plug and a 12-inch flanged outlet on the other side of the plug as shown in the 1 Drawings. 2.2 MIXES A. Mortar for Interior and Exterior Joints: Mortar shall be 1 part cement to 2 parts sand. Cement shall be ASTM C150, Type I/II. Sand shall be silica base of sharp sand that will not leach in water. Sand shall be plaster sand meeting ASTM C33. Exterior joint mortar (where applicable) shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining: Mortar for patching shall t .1 be as per interior joints.tj i C. Bonding Agent: Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi -Mod, or approved equal. 2.3 MANUFACTURED PRODUCTS A. A. Pipe: (1) Pipe Design: (a) Steel pipe shall be manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown in the Drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA MI 1; using the following parameters: Pump Station Intake Meters 02626-6 June 2015 Note to Specifier: Remove deflection parameter for mortar coated pipe is not used in project. • Unit Weight of Fill (W) 130 pcf Live Load • AASHTO HS 20 at all locations, except at railroads • Coopers E 80 at Railroads • Trench Depth As indicated • Deflection Lag Factor (DI) 1.1 • Coefficient (K) 0.10 • Maximum Calculated Deflection (DX = DY) 2% (Polyurethane, epoxy, or concrete encased Steel Pipe) • Maximum Calculated Deflection (DX = DY) 1 % (Mortar coated pipe, where allowed) • Soil Reaction Modulus (E') 1500 psi (Typical Granular Embedment Trench Section) • Soil Reaction Modulus (E') 3000 psi (Flowable Fill or Concrete Encased Trench Section) (b) The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Valves values (PDV), greater than 6000 unless otherwise specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow working space and supports. Wrappers and collars shall meet ASME Standards. As an alternate to crotch plates, collars or wrappers may be used when designed in accordance with ASME Section VIIl, Division 1. (c) Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and Pipe Manufacturer will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. (d) Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe and embedment design depth. In no case shall the pipe and embedment system be installed deeper than its design allows. (e) Pipe shall be designed for full vacuum conditions without buckling, damage to lining, or damage to pipe joints. (2) Provisions for Thrust: (a) Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. (b) Restrained joints shall be used a sufficient distance from each side of the valves, bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints unless other joint types are shown on the Drawings. Pump Station Intake Meters 02626-7 June 2015 c Thrust restraint design shall be the complete responsibility of the Pipe Manufacturer. () 1� p P tY p The Pipe Manufacturer shall submit thrust calculations with the lay drawing submittal verifying that the thrust restraint system is adequate to meet the Pipe 4 Manufacturer's minimum standards, AWWA Ml 1 standards, and these Specifications, whichever is more stringent. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA MI I and the following: r (i) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. (ii) Assume saturated soil conditions. 1. The soil density shall be reduced to its buoyant weight for all backfill below the water table. Soil Density 60 pcf (maximum value to be used) Coefficient of Friction 0.15 (maximum value to be used for polyurethane or Epoxy coated steel pipe) Coefficient of Friction 0.25 for mortar coated steel pipe (iii) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: 1. For A less than 60 degrees: L= 2 x P x A x sin(A2) fx(We +Wp+Ww) 2. For A greater than 60 degrees: L=PxAx(1—cos A) f x (We + Wp + Ww) L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross -sectional area of pipe steel cylinder I.D. A = Deflection angle We = Weight of earth prism above the pipe Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction (iv) For vertical bends, the length of pipe to be restrained shall be calculated per AWWA M11. (3) Inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. It is the responsibility of the Contractor to field verify that the nominal pipe diameter meets specifications before installing the pipe. Contractor shall coordinate pipe replacement with the Pipe Manufacturer for any pipe not meeting the specified internal diameter. (4) Wall Thickness: (a) The minimum pipe wall steel thickness shall be 0.250 inches or Pipe ID/230, whichever is greater for pipe and fittings, and a maximum minus tolerance of 0.005 inches per AWWA C200. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50 percent of the minimum yield strength of the steel at working pressure, nor the following, at the specified working pressure. Pipe Type Maximum Stress at Working Pressure: Pump Station Intake Meters 02626-8 June 2015 ` :k ;z tz Polyurethane or Epoxy Coated Steel 21,000 psi Mortar or Shotcrete Coated Steel Pipe 18,000 psi (b) Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25 inches or Pipe ID/144, whichever is greater. (c) Fittings over 15 degrees, pipes with outlets 24-inches in diameter and larger, main line tees and wyes, and pipe which are above grade or exposed (not in a trench or casing) shall have the following minimum thickness: i v 36" Diameter and Smaller 0.25" 37" < Diameter < 60" 0.375" 61" < Diameter < 84" 0.50" 85" < Diameter < 96" 0.625" 97" < Diameter < 120" 0.75" (d) Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). (5) Seams: Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. (6) Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. B. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 131 10"Passive (1) Cathodic Protection for Underground and Submerged Piping" and Section 15136 "Miscellaneous Valves." All rubber gasket joints shall be bonded for electrical continuity. C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the diameter to permit passage of pipeline pigs. D. Pipe Ends: Pipe ends shall be lap welded slip joint, butt strap joint, flanged joint, or flexible coupled joint. Pipe that has a diameter of 48 inches or smaller together with pressure class of 250 psi or lower may have welded joints or rubber gasket joints. Pipe ends shall be suitable for full vacuum and the maximum surge pressures indicated. (1) Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot or carnegie joint with rubber gasket for pressure classes up to 250 psi. Joints shall conform to AWWA MI and AWWA C200. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 4 percent. The joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4 inches. At the Pipe Manufacturer's option, all steel pipe joints may be lap -welded slip joints in lieu of rubber gasket joints. (a) Rolled Spigot Joints: The joint shall consist of a flared bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full engagement with an allowable deflection shall be no more than .00 inches to .04 inches as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. Pump Station Intake Meters 02626-9 June 2015 (b) Carnegie Joints: The spigot end shall be a Carnegie shaped steel joint ring. Spigot ring shall be welded to the outside of the pipe can, with an inside weld also required where deemed necessary by the Manufacturer due to pipe loading conditions. The welded area of bell and spigot pipe ends shall be checked after forming by the magnetic particle method. (2) Lap Welded Slip Joint: (a) Lap welded slip joint shall be provided in all locations where any of the following criteria is met, unless otherwise specified in the Drawings: (i) 1Pipe ID is 54 inches and larger. (ii) Pressure class is 275 psi and greater. (iii) Joints are welded for thrust restraint. (b) Ends of pipe, fittings, and specials for field welded joints shall be prepared with one end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8 of an inch at any point around the periphery. (c) The depth of bell shall be such as to provide for a minimum clear distance of 2 inches between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. (d) The depth of bell shall be such as to provide for a minimum lap of 2 inches. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. (e) Lap welded slip joints shall be welded from the inside for pipe diameters 48 inches and larger. Lap welded slip joints shall be welded from the outside for diameters smaller than 48 inches. (3) For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flange drilling shall match the drilling of adjacent fittings or appurtenances which the flanges are to be attached to. Flanges shall be spot faced or back faced parallel to the front face. (4) Flexible Couplings: Flexible couplings shall be provided where shown in the Drawings and as specified in Section 15136 "Miscellaneous Valves." Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 0.25 inch or the Coupling Manufacturer's tolerances, whichever is smaller. In addition, the welds on ends to be joined by couplings shall be ground flush to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA M11 and the Drawings. (5) Butt Strap Closure Joints: (a) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this specification. (b) Butt strap shall have an inside and outside weld and shall be air tested. Air test shall be low pressure from a threaded fitting between the welds. PART 3 EXECUTION Pump Station Intake Meters 02626-10 June 2015 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. D. Cut tops of sheet piling to uniform elevation at top of excavation. kiRi # AIN ■ C •):4 0 A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4 TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. Pump Station Intake Meters 02626-11 June - 2015 J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging. structures, pavements, facilities, and utilities. END OF SECTION Pump Station Intake Meters 2015 02626-12 June SECTION 02665 WATER PIPING, VALVES, AND FITTINGS PARTl GENERAL 1.1 SUMMARY A. This section of the specifications covers all water piping, valves, and fittings required for the project. B. Section Includes: (1) Material Schedule (2) Submittals (3) References (4) Materials (5) Polyvinyl Chloride (PVC) Pipe (6) Ductile Iron Pipe (7) Concrete Cylinder Pipe (8) Pipe Fittings (9) Flexible Couplings and Flanged Coupling Adapters (10) Pipe Joints (11) Steel Casing (12) Valves (13) Fire Hydrants (14) Polyethylene Wrap (15) Joint Restraints (16) Concrete (17) General (18) Inspection (19) Responsibility for Materials (20) Handling Pipe and Accessories (21) Alignment and Grade (22) Manner of Handling Pipe and Accessories in Trench (23) Cleaning and Inspecting (24) Laying and Jointing PVC Pipe (25) Plugging Dead Ends (26) Fittings (27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings (28) Thrust Restraint (29) Excavation, Trenching and Backfilling (30) Line Testing (31) Disinfection of Pipelines (32) Installation of Steel Pipe Casing and Pipe in Casing Pump Station Intake Meters 02665-1 June 2015 (33) Pipe Identifiers 1 (34) Cleanup 1.2 MATERIAL SCHEDULE A. 6", 8", 10" and 12" lines shall be AWWA C 900, DR 18 PVC pipe. B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C I I I — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. D. AWWA C 104 — Rubber Seated Butterfly Valves. E. AWWA 509 — Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301— Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines i Pump Station Intake Meters 02665-2 June 2015 4A e P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water Pipelines and Fittings T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings V. AWWA M-11 Steel Pipe - A guide for Design and Installation W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature Service. X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless Y. ASTM E 165 Method for Liquid Penetrant Examination Z. ASTM E 709 Guide for Magnetic Particle Examination AA. ASME Section V Nondestructive Testing Examination BB.ASME Section IX Welding and Brazing Qualification. CC. AWS B2.1 Standard for Welding Procedure and Welding Qualifications. PART 2 PRODUCTS 2.1 MATERIALS A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18. B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. Pump Station Intake Meters 02665-3 June 2015 E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE A. Ductile Iron pipe 12" shall be Class 200. B. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revisions: (1) ANSI/AWWA C150/A21.50-81 (2) ANSI/AWWA C104/A21.4-80 (3) ANSI/AWWA C151/A21.4-80 C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21.4) specifications. The external surface shall be coated with an asphalt base paint. D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe. F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision. 2.4 CONCRETE CYLINDER PIPE A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWAS C303-78 C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to "Standard Specifications and Test for Portland Cement" A.S.T.M. serial designations C150 and C77. (2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. (3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. (a) The width of the diaper shall be nine inches. (b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. Pump Station Intake Meters 02665-4 June 2015 = C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. D. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C 15 3 110. Fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. H. Where flanged fittings are used, the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers shall be stainless steel. 2.7 PIPE JOINTS A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111. 2.8 STEEL CASING A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating. B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design Standards and Specifications. C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide support around the periphery of the pipe should the pipe twist as it is pushed through the casing. D. The spacers shall be of a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. For example, eight (8) inch pipe shall have a minimum of eight 8 projections and eighteen 18 inch pipe shall have a � () p J g ( ) � P�p minimum of eighteen (18) projections. E. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto the carrier pipe so that the spacers do not move during installation. Installation instructions shall be provided with each shipment. F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits per spacer listed in the brochure. G. These values in the brochure include conservative safety factors for class spacer used. Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on plans. Pump Station Intake Meters 02665-5 June 2015 H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. 2.9 VALVES A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves: (1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze mounted throughout and shall meet all requirements of AWWA C 509. (2) The valves shall be of the type of joint used in the piping. (3) All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two (2) inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. (4) Gate valves shall be furnished with O-ring stem packing. (5) All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. (6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications. (7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. (8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with ASTM 307 and A563, respectively. (9) All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. C. Valve Boxes and Extension Stems: (1) Extension stems shall be furnished on buried valves where the top of the operating nut is more than ninety (60) inches below finished grade. Top of the extension stem shall not be more than thirty-six (36) inches below the top of the valve box. (2) Buried valves shall be provided with cast iron valve boxes. (3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which will be used, as an extension from the top of the valve to within six (6) inches of the ground surface. (4) The box shall have a heavy cast iron cover marked "Water". (5) The box shall have a flange type base, with the base being approximately four (4) inches larger in diameter than the outside diameter of the barrel of the box. (6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension shall be considered as a part of the box. (7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. Pump Station Intake Meters June 2015 D. FIRE HYDRANTS (1) Hydrants shall meet the City of Lubbock Design Standards and Specifications (2) Hydrants shall meet AWWA C-502 (3) Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. (4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. (5) The hydrant shall be for a 6-inch main. 2.10 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. B. The polyethylene material shall have a minimum thickness of eight (8) mils. C. The wrap shall be secured by two (2) inch duct tape. 2.11 JOINT RESTRAINTS A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. 2.12 CONCRETE A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. Pump Station Intake Meters 02665-7 June 2015 B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the ground. C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. C. Confirm compliance with the Drawings and Specifications. D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection noted on the Drawings. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Pump Station Intake Meters 02665-8 June 2015 •--` �_I E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: (1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. (2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. (3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. (4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. (5) The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. (6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. (7) All nuts shall be tightened with a suitable torque limiting wrench. (8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. J. Pre -molded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. C. All plugs and caps shall have horizontal thrust blocks. 3.10 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. f i - Pump Station Intake Meters 02665-9 June 2015 B. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior to installation. E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. F. Valve Boxes: (1) Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. (2) All valve boxes under pavement shall be adjusted to finished pavement grades. G. Fire Hydrants: (1) Fire hydrants shall be located at the points shown on the Drawings. (2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. (3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. (4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. (5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. (6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. (7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. (8) Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. (9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer's recommendation. B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed only under special circumstances as approved by the Engineer. 3.13 EXCAVATION, TRENCHING AND BACKFILLING. A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. B. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe. Pump Station Intake Meters 02665-10 June 2015 3 D. Backfill from 12 inches above the pipe to the finished grade will be as follows: (1) For unpaved areas: (a) Use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. (b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (c) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. (d) Copies of these tests shall be provided to the Owners Representative. (2) For paved areas: (a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum thickness of 12". (b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. (c) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (d) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. t (e) Copies of these tests shall be provided to the Owners Representative. (3) The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. B. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. C. Testing procedure shall be as follows: (1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours. (2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. D. Allowable Leakage — The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): E. PVC: Ductile Iron: (1) L = ND(P)'/2 L = SD(P)'/Z (2) 7,400 133,200 (3) where: (a) L = allowable leakage in gallons per hour (b) N = number of joints in length of pipe tested (c) S = length of pipe (d) D = nominal diameter of the pipe in inches (e) P = average of the maximum and minimum pressures within the test section in psi Pump Station Intake Meters 02665-11 June 4 2015 F. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe during construction. C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. D. Quality Assurance: (1) Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. (2) The City of Lubbock laboratory will be used for bacteriological testing. E. Chemicals: (1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is not acceptable. (2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. (3) The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. F. Temporary Facilities: (1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. (2) Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. (3) No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. G. Final Flushing: (1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. (2) Flush water in a location and manner approved by the Engineer. (3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. H. Sampling and Analysis: (1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner's representative. (2) The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. (3) Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. I. Acceptance: Pump Station Intake Meters 02665-12 June 2015 (1) Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. B. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. C. The boring shall proceed from a pit provided for the boring equipment and workers. D. Excavation and location of the pit shall be approved by the Engineer and County as appropriate. E. Boring without the concurrent installation of the casing pipe will not be permitted. F. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. G. Jetting will not be permitted. H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. I. All casing pipe joints shall be welded. J. Care shall be taken to keep the pipe sleeve on the proper line and grade. K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.17 PIPE IDENTIFIERS A. Marking Tape: (1) All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. (2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. (3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. (4) Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. B. Locator Wire: (1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper with 30 mil HDPE thermoplastic insulation directly above piping. 3.18 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. I Pump Station Intake Meters 02665-13 June 2015 �F t �j B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the Work. C. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep areas in a presentable condition. END OF SECTION Pump Station Intake Meters 02665-14 2015 June 9 U., Lj DIVISION 3 CONCRETE SECTION 03300 CAST -IN -PLACE CONCRETE PART1 GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Section Includes: (1) Definitions (2) Submittals (3) Quality Assurance (4) Deliver, Storage and Handling (5) Form -Facing Materials (6) Steel Reinforcement (7) Reinforcement Accessories (8) Concrete Materials (9) Admixtures (10) Curing Materials (11) Repair Materials (12) Concrete Mixes (13) Fabricating Reinforcement (14) Concrete Mixing (15) Formwork (16) Embedded Items (17) Removing and Reusing Forms (18) Shores and Reshores (19) Steel Reinforcement (20) Joints (21) Concrete Placement (22) Miscellaneous Concrete Items (23) Concrete Protecting and Curing (24) Field Quality Control 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. Pump Station Intake Meters 03300-1 June 2015 t B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: (1) ACI 301 — Specification for Structural Concrete (2) ACI 117 — Specifications for Tolerances for Concrete Construction and Materials. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. PART 2 PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.\ E. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. F. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. Pump Station Intake Meters 03300-2 June 2015 I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: (1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. (2) For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. (3) Wood, concrete, or clay blocks are not permissible. C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. :_O u R 1 A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. Pump Station Intake Meters 03300-3 June 2015 B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: (1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301. (2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: (3) Compressive Strength (28 days): 3000 psi (4) Type I cement (5) Fly Ash: Allow up to 25% of cementitious material (6) Minimum Slump: 4 inches (7) Maximum Slump: 6 inches (8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. (9) Maximum Water/Cementitious Materials Ratio: 0.55 (10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: (1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. (2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: (a) Fly Ash: 20 percent (b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. (c) Admixtures with chloride ions are prohibited. C. Admixtures: (1) Use admixtures according to manufacturer's written instructions. (2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. (3) Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. (4) Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. �- Pump Station Intake Meters 03300-4 June 2015 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: (1) Class B, 1/4 inch (2) Construct forms tight enough to prevent loss of concrete mortar. (3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. (4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. (5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. (6) Do not use rust -stained steel form -facing material. (7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. (8) Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. (9) Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. (10) Chamfer exterior corners and edges of permanently exposed concrete. (11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. (12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. (13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. (14) Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. Pump Station Intake Meters 03300-5 June 2015 ' 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. _. C. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not ' be damaged by form -removal operations and provided curing and protection operations are f maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports ' weight of concrete in place until concrete has achieved the following: (1) At least 70 percent of 28-day design compressive strength. C. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. mf. •r 1�1 41 Oki* au1WM11 A. Comply with CRSI's Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Pump Station Intake Meters 03300-6 June 2015 C. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness, as follows: (1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. (2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. (a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. (b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. (c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. (d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. (e) Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. (3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. (4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. (a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. Pump Station Intake Meters 03300-7 June 2015 i B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. (1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. (2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. (3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. (4) At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. (1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. (2) Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. (3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. Pump Station Intake Meters 03300-8 June 2015 R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as 1 follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. - T. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. U. Using liquid nitrogen to cool concrete is Contractor's option. V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed 1- ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. 3 (1) Leave forms in place for a minim of 3 days. (2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. ? j (1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other; surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. (1) No work will be permitted on the slab during wet curing. ; E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10 FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION �s Pump Station Intake Meters 03300-9 June 2015 DIVISION 9 FINISHES SECTION 09960 HIGH PERFORMANCE COATINGS PART1 GENERAL M&VAT01a"AIzto 01 03 P A. Furnish labor, materials, equipment, and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. 1.2 ABBREVIATIONS A. The following abbreviations are used in this Section: (1) ANSI American National Standards Institute (2) AWWA American Water Works Association (3) FRP Fiberglass Reinforced Plastic (4) MDFT Minimum Dry Film Thickness (5) MDFTPC Minimum Dry Film Thickness Per Coat (6) mil Thousandths of an Inch (7) MIL-P Military Specification - Paint (8) OSHA Occupational Safety and Health Act (9) PSDS Paint System Data Sheet (10) SFPG Square Feet Per Gallon (11) SFPGPC Square Feet Per Gallon Per Coat (12) SP Surface Preparation (13) SSPC Steel Structures Painting Council 1.3 SUBMITTALS A. Product Data: Furnish the following Data Sheets: (1) For each paint system used herein, furnish a Paint System Data Sheet (PSDS), Technical Data Sheets, and paint colors available (where applicable) for each product used in the paint system, except for products applied by equipment manufacturers. A sample PSDS form is appended at the end of this Section. (2) The required information shall be submitted on a system -by -system basis. (3) The Coatings Contractor shall also provide copies of the paint system submittals to the coating applicator. (4) Indiscriminate submittal of manufacturer's literature only is not acceptable. B. Where ANSI/NSF Standard 60 and 61 approval is required, submit ANSI/NSF certification letter for each coating in the system indicating product application limits on size of tank or piping, dry film thickness, number of coats, specific product tested, colors certified, and approved additives. Pump Station Intake Meters 09960-1 June 2015 - C. Provide TCLP test data for lead and other regulated heavy metals in non -recyclable, slag type abrasive blast media to be used on the Project. Acceptable abrasive test data shall indicate the abrasive manufacturer, location of manufacture, and media gradation and type. Surface preparation will not be permitted to begin until acceptable test data has been submitted. D. Colors charts of each paint system. E. Quality Control Submittals: Furnish the following: (1) Applicator's Experience: List of references substantiating the requirements as specified. (2) Factory Applied Coatings: Manufacturer's certification stating factory applied coating systems meets or exceeds requirements specified herein. (3) If the manufacturer of finish coating differs from that of shop primer, provide both manufacturers' written confirmation that materials are compatible. 1.4 QUALITY ASSURANCE A. The paint manufacturer shall provide a representative to visit the jobsite at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and the Contract Documents, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished under this Contract. B. Applicator's Experience: Minimum of 5 years practical experience in application of specified products. Submit a list of recent projects and names of references for those projects. The Engineer will waive the requirement for 5 years' experience, when at the discretion of the Engineer, the applicators' experience and capabilities meet the intent of the experience requirement. C. Continuity of Contractor: Coatings Contractor's Site supervisor shall be coordinated with the Engineer. Any replacement of the supervisor on site will require notification of Engineer 72 hours in advance, and will be subject to approval by the Owner. D. Inspection: (1) Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. (2) Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. (3) Perform work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in Engineer's absence. Approval to perform work in the Engineer's absence is limited to the current day unless specifically noted to extend beyond the completion of the work day. (4) Inspection by the Engineer, or the waiver of inspection of any particular portion of the Work, shall not be construed to relieve the Coatings Contractor of responsibility to perform the Work in accordance with the Contract Documents. 1.5 PAINT DELIVERY, STORAGE, AND HANDLING A. Deliver paint to the Site in unopened containers that plainly show, at the time of use, the designated name, manufacturer date, color, and name of manufacturer. B. Store paints in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by the paint manufacturer. Pump Station Intake Meters 09960-2 June 2015 C. Shipping: (1) Where pre -coated items are to be shipped to the jobsite, protect coating from damage. Batten coated items to prevent abrasion. (2) Use nonmetallic or padded slings and straps in handling. (3) Items will be rejected for excessive damage. 1 77�r;11111 A. A. The Coatings Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the Work under this Section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work. B. B. A warranty inspection shall be conducted 1 month prior to expiration of the warranty period. Any defective Work discovered at this date shall be corrected by the Coatings Contractor in accordance with the Contract Documents at no additional cost to the Owner. Other corrective measures may be required during the 2 year warranty period. 1.7 PAINT AND COATINGS MANUFACTURERS A. A manufacturer letter code as follows will be found following the generic descriptions of materials outlined in this Section. Address is that of the general offices. Contact these offices for information regarding the location of representative nearest the project site. B. Manufacturer Code A — Coatings manufacturers (able to supply most heavy-duty industrial coatings and architectural paints): (1) Ameron Protective Coatings, Brea, CA. (2) Carboline Coatings Company, St. Louis, MO. (3) ICI Devoe Coatings Company, Louisville, KY. (4) Dupont Chemical Co., Wilmington, DE. (5) International Coatings, Louisville, KY. (6) Sherwin Williams, Cleveland, OH. (7) Tnemec Coatings, Kansas City, MO. (8) Wasser Coatings, Seattle, WA. C. Manufacturer Code E — Fusion bonded coating applicators: (1) 3M Co., St Paul, MN. PART PRODUCTS 2.1 PAINT MATERIALS A. Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. Specific information may be secured through the local office of the Air Pollution Control Officer. B. Materials Including Primer and Finish Coats: Produced by same paint manufacturer. C. Thinners, Cleaners, Driers, and Other Additives: As recommended by paint manufacturer of the particular coating. Where coatings are required to meet ANSUNSF Standard 60 and 61, Pump Station Intake Meters 09960-3 June 2015 addition of thinners, driers, and other paint additives not approved under the ANSUNSF certification letter will not be permitted without written approval from the Engineer. D. Paint products are listed according to their approximate order of appearance in the paint systems. The letter designating the manufacturer code refers to the codes in Paragraph 1.07. E. Product Definitions (1) Polyamide Epoxy, High Solids: Polyamide or polyamine cured epoxy, capable of 4 to 8 MDFT per coat, percent of volume solids 70% minimum, suitable for immersion or buried service. MANUFACTURER CODE: A (2) Moisture Cured Zinc Primer: Single component, moisture cured urethane based, 12 lbs. metallic zinc content per gallon minimum, unlimited recoat period. MANUFACTURER CODE: A (3) Moisture Cure Urethane: Single component, moisture cured urethane intermediate and top coat, suitable for high humidity and condensation, unlimited recoat period. MANUFACTURER CODE: A (4) Inorganic Zinc Primer: Solvent or water based, 14 lbs. metallic zinc content per gallon minimum; follow manufacturer's recommendation for top coating. MANUFACTURER CODE: A (5) Polyurethane Enamel: Two -component, aliphatic or acrylic based polyurethane; high gloss finish, high build. MANUFACTURER CODE: A (6) Rust -Inhibitive Primer: Single -package steel primers with anti -corrosive pigment loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber. MANUFACTURER CODE: A (7) Alkyd Enamel: Optimum quality, gloss finish, medium long oil. MANUFACTURER CODE: A (8) Wash Primer: Vinyl butyral acid. MANUFACTURER CODE: A (9) Polyurethane: Self -priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion, and shall be one of the approved products as specified in Section 09 97 16 "Pipeline Coatings and Linings." (10) Fusion Bonded Coating: 100% solids, thermosetting, fusion bonded, dry powder epoxy or polyurethane resin, suitable for this intended service. MANUFACTURER CODE: E 2.2 COLORS A. Provide as selected by the Owner or Engineer. Provide custom color if required to match this color when coatings provided by another manufacturer. B. Formulated with colorants free of lead, lead compounds, or other materials which might be affected by the presence of hydrogen sulfide or other gas likely to be present at the Project. C. Proprietary identification of colors is for identification only. Any authorized manufacturer may supply matches. D. Equipment Colors: (1) 1. Equipment shall be meant to include the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. (2) Paint non -submerged portions of equipment in the same color as the process piping it serves, except as itemized below: Pump Station Intake Meters 09960-4 June 2015 (a) Non -Submerged Portions Color (b) Dangerous parts of equipment and machinery OSHA Orange (c) Fire protection equipment and Apparatus OSHA Red (d) Radiation hazards OSHA Purple (e) Physical hazards in normal operating area OSHA Yellow (3) Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 2.3 INSPECTION TEST EQUIPMENT A. Provide a magnetic type or electronic dry film thickness gauge to test coating thickness specified in mils, as manufactured by: (1) Nordson Corp., Anaheim, CA, Mikrotest. (2) DeFelsko Corp., Anaheim, CA, Positector. (3) Or equal. B. Provide an electrical holiday detector, low voltage, wet sponge type to test finish coatings less than 20 mils in thickness, except zinc primer, high -build elastomeric coatings, and galvanizing, for holidays and discontinuities as manufactured by: (1) Tinker and Razor, San Gabriel, CA, Model M-1. (2) Or equal. C. Provide an electrical holiday detector, high voltage, pulse type to test elastomeric coatings and coating systems in excess of 20 mils dry film thickness, except zinc primer, for holidays and discontinuities as manufactured by: (1) Tinker and Razor, San Gabriel, CA, Model AP-W. (2) D. E. Stearns Company, Shreveport, LA, Model 14/20. (3) Elcometer, Rochester Hills, Michigan. (4) Or equal. 01116121 3.1 GENERAL A. The intention of this Section is for all new, interior and exterior metal, and submerged metal surfaces be painted, whether specifically mentioned or not, except as modified herein. Concealed structural steel surfaces shall receive prime coat only unless modified herein. B. Surface preparation and coating application shall be in conformance with the Specifications and the coating manufacturer's written product data sheets and written recommendations of the manufacturer's technical representative. Where conflicts occur between the manufacturer's recommendations and the Specifications, the more stringent of the two shall apply unless approved by the Engineer. Pump Station Intake Meters 09960-5 June 2015 C. For coatings subject to immersion, obtain full cure for completed system. Consult coatings manufacturer's written instructions for these requirements. Do not immerse coating for any purpose until completion of curing cycle. 3.2 REGULATORY REQUIREMENTS A. Meet federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposures. B. Protect workers and comply with applicable federal, state, and local air pollution and environmental regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, coating application and dust prevention including, but not limited to the following Acts, Regulations, Standards, and Guidelines: (1) Clean Air Act. ` (2) National Ambient Air Quality Standard. (3) Resource Conservation and Recovery Act (RCRA). C. Comply with applicable federal, state, and local regulations for confined space entry. D. Provide and operate equipment that meets explosion proof requirements. 3.3 ENVIRONMENTAL CONDITIONS A. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 degrees F above the dew point of the ambient air. B. Surface preparation power tools and blast equipment shall contain dust collection equipment that will prevent discharge of dust particles into the atmosphere when surface preparation work is located within enclosures or confined areas with electrical equipment, motors, instrumentation, or other equipment that may be damaged by airborne dust and particles. C. Do not apply paint when: (1) Surface temperatures exceeds the maximum or minimum temperature recommended by the paint manufacturer, (2) In dust, smoke -laden atmosphere, damp or humid weather, or under conditions which could cause icing on the metal surface. (3) When it is expected that surface temperatures will drop below 5 degrees F above dew point within 8 hours after application of coating. 3.4 DEHUMIDIFICATION A. Where weather conditions or Project requirements dictate, Coatings Contractor shall provide and operate dehumidification equipment to maintain environmental conditions suitable for abrasive blasting and coating application as specified. B. Coatings Contractor shall provide dehumidification equipment sized to maintain dew point temperature 5 degrees F or more below surface temperature of metal surfaces to be cleaned and painted. C. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project duration, condensation or icing shall be prevented throughout surface preparation and coating application. Pump Station Intake Meters 09960-6 June 2015 D. Equipment size and power requirements shall be designed by personnel trained in the operation and setup of dehumidification equipment based on Project requirements and anticipated weather conditions. E. Dehumidification equipment shall operate 24 hours per day and continuously throughout surface preparation and coating application. F. Coatings Contractor to provide personnel properly trained in the operation and maintenance of the dehumidification equipment or provided training by the dehumidification equipment Supplier. G. Daily maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the Engineer. H. Reblasting of flash rusted metal surfaces or removal of damaged coatings, as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the Coatings Contractor. 3.5 VENTILATION AND ILLUMINATION A. Adequate illumination shall be provided while work is in progress. Whenever required by the inspector, the Coatings Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the inspector. B. Ventilation shall be used to control potential dust and hazardous conditions within confined areas. Ventilation flow rates shall be in accordance with OSHA regulations and as required to reduce air contamination to nonhazardous conditions. 3.6 SURFACES NOT REQUIRING PAINTING A. Unless otherwise stated herein or shown, the following areas or items will not require painting: (1) Concrete and masonry surfaces. (2) Nonferrous and corrosion -resistant ferrous alloys such as copper, bronze, monel, aluminum, chromium plate, atmospherically exposed weathering steel, and stainless steel, except where: (a) Required for electrical insulation between dissimilar metals. (b) Aluminum and stainless steel are embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. (c) Color coding of equipment and piping is required. (3) Nonmetallic materials such as glass, PVC, wood, porcelain, and plastic (FRP) except as required for architectural painting or color coding. (4) Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, acoustical tile, cabinets, elevators, building louvers, wall panels, etc.; color coding of equipment is required. (5) Nonsubmerged electrical conduits attached to unpainted concrete surfaces. (6) Cathodic protection anodes. (7) Items specified to be galvanized after fabrication unless specifically required elsewhere or subject to immersion. Pump Station Intake Meters 09960-7 June i 3.7 PREPARATION OF SURFACES A. Surface Preparation Inspection: (1) Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. (2) Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. (3) Perform such work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in Engineer's absence. B. Metal Surface Preparation: (1) General: (a) Do not perform a surface preparation blast prior to submission of Samples. Workmanship for metal surface preparation as specified shall meet current Steel Structures Painting Council (SSPC) Specifications as follows: (i) Solvent Cleaning: SP 1. (ii) Hand Tool Cleaning: SP 2. (iii) Power Tool Cleaning: SP 3. (iv) White Metal Blast Cleaning: SP 5. (v) Commercial Blast Cleaning: SP 6. (vi) Brush -Off Blast Cleaning: SP 7. (vii) Pickling: SP 8. (viii) Near -White Blast Cleaning: SP 10. (ix) Bare Metal Power Tool Cleaning: SP 11. (b) All surface preparation of new equipment and surfaces shall be assumed to be on a SSPC Grade A steel surface condition, unless specifically noted otherwise. (c) Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC Specifications listed above. (d) Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacu-blast methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. (e) Hand tool clean areas that cannot be cleaned by power tool cleaning. (2) Welds and adjacent areas: (a) Prepared such that there is: (i) No undercutting or reverse ridges on the weld bead. (ii) No weld spatter on or adjacent to the weld or any other area to be painted. (iii)No sharp peaks or ridges along the weld bead. Pump Station Intake Meters 09960-8 June 2015 (b) Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. (3) Preblast Cleaning Requirements: (a) Remove oil, grease, welding fluxes, and other surface contaminants prior to blast cleaning. (b) Cleaning methods: Steam, open flame, hot water, or cold water with appropriate detergent additives followed with clean water rinsing. (c) Clean small isolated areas as above or solvent cleaned with suitable solvents and clean cloths. (d) Round or chamfered all sharp edges and grind smooth burrs, jagged edges, and surface defects. (4) Blast Cleaning Requirements: (a) General: (i) Type of Equipment and Speed of Travel: Designed to obtain specified degree of cleanliness. (ii) Select type and size of abrasive to produce a surface profile that meets the coating manufacturer's recommendations for the particular coating to be applied or not less than 20 percent of the specified coating thickness, whichever is more stringent. (iii)Meet applicable federal, state, and local air pollution control regulations for blast cleaning and disposition of spent aggregate and debris. (iv) Do not reuse abrasive, unless abrasive is a recyclable abrasive. (5) Shop Blasting: (a) Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for inspection of the Work during surface preparation and shop application of paints. Work shall be subject to the Engineer's approval before shipment to the jobsite. (b) Items such as structural steel, metal doors and frames, metal louvers, and similar items as reviewed by the Engineer may be shop prepared and primed. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean and prime in accordance with the Specifications. (6) Field Blasting: (a) Perform sandblasting for items and equipment where specified and as required to restore damaged surfaces previously shop or field blasted and primed. Materials, equipment, procedures, shall meet requirements of Steel Structures Painting Council. (b) Field blasting in areas with electrical or mechanical equipment, or within buildings shall be performed with dustless abrasive systems such as "Sponge -Jet", dry ice abrasive blasting. (7) Post -Blast Cleaning and Other Cleaning Requirements: (a) Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wiped with a tack cloth. Pump Station Intake Meters 09960-9 June 2015 (b) Paint surfaces the same day they are sandblasted. Reblast surfaces that have started to rust before they are painted. C. Concrete Surface Preparation: (1) Do not begin until 30 days after the concrete has been placed or 7 days if steam cured. (2) Remove grease, oil, dirt, salts or other chemicals, loose materials or other foreign matter by solvent, detergent, or other suitable cleaning methods. (3) Clean concrete using mechanical or chemical methods for the degree of cleaning specified for the coating system in accordance with SSPC SP-13, Surface preparation of Concrete. (4) Unless otherwise required for proper adhesion, ensure surfaces are dry prior to coating. (5) Bug holes, air pockets, and other voids in the concrete will be filled or patched in chemical exposure areas, secondary containment, and where specifically required. (6) Concrete Surface Preparation Inspection: (a) Adhesion Testing: (i) Tensile testing of the surface preparation shall be performed by the Engineer as necessary using Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D4541 using 2-inch diameter dollies for concrete surface adhesion testing. (ii) Concrete surface or applied coating shall be scored for concrete adhesion testing. (iii) Adhesive failure greater than 50 percent of the dolly surface area shall indicate inadequate surface preparation. (iv) Cohesive failures which results in loss of sound concrete will be acceptable provided the loss is greater than 50 percent of the dolly surface area. (v) Low adhesion cohesive failures with a thin layer of concrete due to weak concrete or laitance over 50 percent of the dolly surface will be rejected. (b) Concrete Soundness: (i) Concrete soundness shall be determined using the scratching or hammer impact methods as defined in SSPC SP-13. (c) c. Moisture Content: (i) Moisture shall be tested as Specified in SSPC SP-13 and shall not exceed the moisture content recommended by the coating manufacturer. D. Preparation of Existing Coated or Shop Primed Surfaces: (1) General: (a) Shop primed or coated surfaces shall be reviewed with the Engineer to determine if the extent of damage to the coating and suitability of finish coats to adhere to shop applied coats. (b) If a cured epoxy, polyurethane, or plural -component material is to be top coated, brush-off blast as specified herein or as recommended by the existing coating manufacturer. __. Pump Station Intake Meters 09960-10 June 2015 (c) Surface preparation recommendations of coating manufacturer shall be subject to approval of the Engineer. (2) To be Recoated or Final Coated: (a) Detergent wash and freshwater rinse. (b) Perform touch-up repairs of existing coating. (c) Asphaltic varnish coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. (3) Touch-up Repairs: (a) Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal, SP-11. (b) Feather surrounding intact coating. (c) Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. (d) Apply one full finish coat of the specified primer or finish coat(s) overall. (4) Application of a Cosmetic Coat: (a) The exact nature of shop -applied coatings is not known in all cases. (b) Check compatibility by application to a small area prior to starting the coating. (c) If lifting or other problems occur, request disposition from the Engineer. E. Brush-off Blast Cleaning: (1) Equipment, procedure, and degree of cleaning shall meet SSPC-SP 7, Brush-off Blast Cleaning. (2) Abrasive: Either conventional abrasive blasting with sand, grit, or nut shells or specialized abrasive blasting, such as dry ice or "Sponge -Jet" technologies. Abrasives shall be 60 mesh grit, maximum. (3) Select various surface preparation parameters such as size and hardness of the abrasive, nozzle size, air pressure, and nozzle distance from the surface such that the surface is cleaned without pitting, chipping, or exposure of metal substrate. (4) Verify parameter selection by blast cleaning a trial area that will not be exposed to view (5) The Engineer shall approve trial blast cleaned area and shall use area as a representative Sample of surface preparation. (6) Surface profile shall have the appearance of 100 grit sandpaper with no exposed metal substrate. (7) Repair or replace coated surfaces damaged by blast cleaning, where damage is defined as visible metal substrate. If less than 5 percent of prepared surface has the metal substrate visible, the coating shall be repaired by application of a brush applied coat. If greater than 5 percent the coating shall be fully removed to meet the specified surface cleanliness. F. Solvent Cleaning: (1) 1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by the use of solvents, emulsions, Pump Station Intake Meters 09960-11 June 2015 t— �m cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action. 2. Method meets SSPC-SP 1. A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering the motors. 3.9 PAINT MIXING A. Multiple -component coatings: (1) Prepare using all of the contents of the container for each component as packaged by the paint manufacturer. (2) No partial batches will be permitted. (3) Do not use multiple -component coatings that have been mixed shall not be used beyond their pot life. (4) Provide small quantity kits for touchup painting and for painting other small areas. (5) Mix only components specified and furnished by the paint manufacturer. (6) Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. B. Keep paint materials sealed when not in use. C. Where more than one coat of a material is applied within a given system, alternate color to provide a visual reference that the required number of coats have been applied. 3.10 APPLICATION OF PAINT A. General: (1) Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats prior to the succeeding coat. (2) Apply coatings in accordance with the paint manufacturer's recommendations. Allow sufficient time between coats to assure thorough drying of previously applied paint. (3) Fusion Bonded Coatings Method Application: Electrostatic, fluidized bed, or flocking. (4) Paint units to be bolted together and to structures prior to assembly or installation. (5) Shop Primed or Factory Finished Surfaces: (a) Inspection: Schedule with Engineer in advance for shop primed or factory -finished items delivered to the Site for compliance with the Specifications. (b) Power sand areas of chipped, peeled, or abraded coating, feathering the edges. Follow with a spot primer using specified primer. (c) For two -package or converted coatings, consult the coatings manufacturer for specific procedures as relates to top coating of products. Pump Station Intake Meters 09960-12 June 2015 d Prior to application of finish coats, clean shop rimed surfaces of dirt, oil and ease () pp � P primed grease, and apply a mist coat of specified primer, 1.0 mil dry film thickness. (e) After welding, prepare and prime holdback areas as required for the specified paint system. Apply primer in accordance with manufacturer's instructions. (6) Manufacturer Applied Paint Systems: (a) Repair abraded areas on factory -finished items in accordance with the equipment manufacturer's directions. (b) Carefully blend repaired areas into the original finish. B. Application Safety: (1) Performed painting in accordance with recommendations of the following: (a) Paint manufacturer's instructions. (b) NACE contained in the publication, Manual for Painter Safety. (c) Federal, state, and local agencies having jurisdiction. (2) Coatings Contractor will be solely and completely responsible for condition of the Site, including safety of all persons (including employees) and property during performance of the Work. This requirement will apply continuously and not be limited to normal working hours. Safety provisions will conform to U.S. Department of Labor, Occupational Safety and Health Act, any equivalent state law, and all other applicable federal, state, county, and local laws, ordinances, and codes. ' _l (3) Coatings Contractor will comply with all safety -training requirements promulgated or required for this Project. C. Film Thickness: (1) Coverage is listed as either total minimum dry film thickness in mils (MDFT) or thet spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. (2) Applied coating system film thickness per coat shall be applied at the specified coating thickness or the manufacturer's recommended minimum thickness, whichever is greater. Where the manufacturer has not specified a minimum coating thickness on the Product Data sheets, the minimum recommended coating application thickness shall 1 apply. ' (3) Maximum film build per coat shall not exceed the coating manufacturer's recommendations. (4) Surfaces that are subject to immersion, condensing environments, or where specifically specified shall be stripe coated on all angles, edges, corners, threads, welds, and similar type surfaces. Stripe coat shall be an extra coat of the intermediate or topcoat material. The stripe coat shall be a separate coat of paint from coats specified under the coating system. Stripe coats shall be alternated in color similar to a full coat. (5) Number of coats: Minimum required irrespective of the coating thickness. Additional coats may be required to obtain the minimum required paint thickness, depending on Ls method of application, differences in manufacturers' products, and atmospheric conditions. i D. Porous Surfaces, Such as Concrete, Masonry: Pump Station Intake Meters 09960-13 l June 2015 (1) Prime Coat: (a) May be thinned to provide maximum penetration and adhesion. (b) Type and Amount of Thinning: Determined by the paint manufacturer and is dependent on surface density and type of coating. (c) Surfaces Specified to Receive Water Base Coating: Damp, but free of running water, just prior to application of the coating. E. Damaged Coatings, Pinholes, and Holidays: (1) Feather edges and repaired in accordance with the recommendations of the paint manufacturer. (2) Repair fusion bonded coatings to be as recommended by the original applicator. Applicator shall provide liquid repair kits for this purpose as recommended by the coating manufacturer. (3) Apply finish coats, including touchup and damage -repair coats in a manner that will present a uniform texture and color -matched appearance. F. Unsatisfactory Application: (1) If the item has an improper finish color, or insufficient film thickness, clean and topcoat surface with specified paint material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. (2) Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rejection. (3) Repair defects in coating system per written recommendations of coating manufacturer. (4) Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 3.11 COATING INSPECTION A. General: (1) Film thickness measurements and electrical inspection of the coated surfaces: (a) Perform with properly calibrated instruments. (2) Recoat and repair as necessary for compliance with the Specifications. (3) All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. (4) Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. (5) Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper milage in these areas. B. Coating Thickness Testing: Pump Station Intake Meters 09960-14 June 2015 (1) Engineer shall conducted coating thickness testing as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this Section. (2) Measure coating thickness specified in mils with a magnetic type dry film thickness gauge as specified. (3) Check each coat for the correct milage. Do not make measurement before a minimum of 8 hours after application of the coating. (4) Tests for concrete coating thickness shall be with a Tooke Gauge, a destructive test. Coatings Contractor shall repair coating after thickness testing. C. Coating Continuity Testing: (1) Test finish coat, except zinc primer, galvanizing, and elastomeric coatings in excess of 20 mils dry, for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type as specified. (2) Holiday detect coatings in excess of 20 mils dry and concrete and secondary containment coatings with high voltage units recommended by the coating manufacturer in accordance with NACE RP0188. (3) Holiday detect coatings on pipe for buried application with high voltage spark tester in accordance with NACE RP0274. 3.12 CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroyed at the end of each day. B. Upon completion of the Work, remove staging, scaffolding, and containers from the Site or destroy in a legal manner. C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. D. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the Coatings Contractor. 3.13 MANUFACTURER' SERVICES A. Furnish paint manufacturer's representative to visit the Site at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and the Contract Documents, and as may be necessary to resolve field problems attributable to, or associated with, manufacturer's products furnished under this Contract. 3.14 PROTECTIVE COATING SYSTEMS AND APPLICATION SCHEDULE: A. Unless otherwise shown or specified in the Contract Documents, paint or coat the Work in accordance with the following application schedule. B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the Work in question. Pump Station Intake Meters 09960-15 June 2015 System No. Title 1 Submerged Metal - Potable Water 4 Exposed Metal - Highly Corrosive 5 Exposed Metal - Mildly Corrosive 8A Buried Metal — Shop Coated 8B Buried Metal — Field Coated 10 Galvanized Metal Conditioning 11 Galvanized Metal Repair 27 Aluminum And Dissimilar Metal Insulation 29 Fusion Bonded Coating C. System No. 1 Submerged Metal - Potable Water: (1) Surface Preparation and Coating System: (a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 5) Polyamide Epoxy Coating 3 coats, 4 MDFTPC (2) Application: (a) All metal surfaces new and existing below a plane 1 foot above the maximum liquid surface, metal surfaces above the maximum liquid surface which are a part of the immersed equipment, concrete embedded surfaces of metallic items under submerged or buried conditions, such as wall pipes, pipes, wall or floor sleeves, access manholes, gate guides and thimbles, and structural steel, except reinforcing steel, unless otherwise specified. (b) This system shall be applied to the following specific items: (i) Flanged or mating metal surfaces of access manways, air valves, and other immersed metal surface on interior of pipeline. (ii) Buried miscellaneous metals as alternative to System No. 8A, subject to Engineer approval. (c) Interior mortar lining shall transition onto epoxy lining by overlapping mortar coating for a minimum of 18 inches onto the epoxy coating. Location of overlap to be determined by the pipe fabricator, but shall not be less than 24 inches below finished grade unless otherwise noted. D. System No. 4 Exposed Metal - Highly Corrosive: (1) Surface Preparation and Coating System: (a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Moisture Cured Zinc Rich Primer 1 coat, 3 MDFT Moisture Cured Urethane I coat, 5 MDFT Moisture Cured Urethane I coat, 5 MDFT (2) Application: Pump Station Intake Meters 09960-16 June 2015 (a) All new exposed metal surfaces, located inside of structures, manholes, or vaults and/or subject to high humidity or condensation. (b) All surfaces with shop applied fusion bonded epoxy or other two component coating system shall be prepared as specified for Existing or Shop Applied coatings and top coated with the specified coating material. Final color shall be uniform in appearance. (c) Moisture cured urethane coatings as specified are available from Wasser Chemical and Sherwin Williams. Other coating manufacturers will only be considered if the product complies with the unlimited recoat window. E. System No. 5 Exposed Metal - Mildly Corrosive: (1) Surface Preparation and Coating System: (a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Inorganic Zinc Rich Primer 1 coat, 3 MDFT Polyurethane Enamel 2 coats, 6 MDFT (2) Application: (a) Exposed metal surfaces, new located outside of structures and exposed to weather. (b) The specified coating systems at transitions between buried or concrete encasement and exposed pipe shall be overlapped a minimum of 6 inches. F. System No. 8A Buried Metal, Shop Coated: (1) Surface Preparation and Coating System: (a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP5) Polyurethane 1 coat, 35 MDFT (2) Use on the Following areas or surfaces: (a) All buried steel pipe shall be shop coated in accordance with Section 09 97 16 "Pipeline Coatings and Linings." (b) All buried or concrete encased ferrous metal pipe, fittings, and appurtenances shall be shop coated with this system, unless specified otherwise. (c) Epoxy coating in accordance with System No. 1 shall be allowable in lieu of System No. 8 only when approved by the Engineer. Manufacturer shall specifically request the use of System No. 1 in writing for Engineer review and approval. G. System No. 8B Buried Metal, Field Coated: (1) Surface Preparation and Coating System: (a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, (SP10) or Power Tool to Bare Metal (SP 11) Polyurethane - or — Wax Tape - or — Fast Cure Epoxy 35 MDFT 35 MDFT 1 coat, 20 MDFT (2) Use on the Following areas or surfaces: (a) Field coat all buried metallic items with this system, unless specified in Section 09 97 16 "Pipeline Coatings and Linings," or approved by Engineer. (b) All buried non-ferrous valves, pipe, or tubing. (c) All buried miscellaneous metals, valves, fittings, and associated bolts. Pump Station Intake Meters 09960-17 j June 2015 �f 1_ .. (3) Special Requirements: (a) Polyurethane coating manufacturers shall be as specified in Section 09 97 16 "Pipeline Coatings and Linings." (b) Wax Tape manufacturer shall be Denso North America, Trenton, or equal. (c) Fast cure Epoxy coatings shall be: (i) Denso Protal 7125 (Low temperature) or Protal 7300. (ii) Tapecoat TC 7010. (iii) 3M ScotchKote 323. H. System No. 10 Galvanized Metal Conditioning: (1) Surface Preparation and Coating System: (a) Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed by Hand Tool (SP 2) or Power Tool (SP 3) Wash Primer 1 Coat, 0.4 MDFT Finish Coats to Match Existing Paint As Required to Match Surrounding Area (2) Application: (a) All galvanized surfaces requiring painting. I. System No. 11 Galvanized Metal Repair: (1) Surface Preparation and Coating System: Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed by Hand Tool (SP 2), or Power Tool (SP 3), or Brush- off Blast (SP 7) Organic Zinc Rich Primer 1 Coat, 3 MDFT (2) Application: (a) All galvanized surfaces which are abraded, chipped, or otherwise damaged. J. System No. 27 Aluminum and Dissimilar Metal Insulation: (1) Surface Preparation and Coating System: (a) Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Wash Primer 1 Coat, 0.4 MDFT Bituminous Paint 1 Coat, 10 MDFT (2) Application: Use on all non -submerged concrete embedded aluminum surfaces. K. K. System No. 29 Fusion Bonded Coating: (1) Surface Preparation and Coating System: (a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) or Acid Pickling (SP 8) Fusion Bonded 100% solids Epoxy or Polyurethane 1 or 2 coats, 7 MDFT (2) Application: (a) Use on the following areas: All surfaces specified to be shop coated and intended for burial, immersion, high humidity and condensation, and pipe vault components where specifically specified. (b) Use on the following items or surfaces: Pipe, valves, fittings, and couplings. 1421061164 X40IC63011 Pump Station Intake Meters 09960-18 June 2015 DIVISION 13 SECTION 13900 INSTRUMENTATION PART1 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install all equipment for complete instrumentation and controls. CONTRACTOR's work shall include but not be limited to the following: (1) Installation of equipment furnished under this contract. (2) Interconnections between equipment furnished under this contract. (3) Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. B. The CONTRACTOR's attention is directed to the fact that instrumentation is an integrated system and as such shall be furnished by one vendor or system integrator who shall provide all the equipment and appurtenances, regardless of manufacture, and be responsible to the CONTRACTOR for satisfactory operation of the entire system. C. Supervision, labor, tools, and materials necessary for installation of the instrumentation equipment and material furnished herein and their interconnection shall be provided by the CONTRACTOR. Installation work shall conform to applicable city, state, and national building and electrical codes. D. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration and acceptance of the instruments. E. Provide equipment as shown in the specifications and on the drawings. 1.2 QUALITY ASSURANCE A. GENERAL: Equipment shall be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the CONTRACTOR. B. OPERATING VOLTAGE: Electrical components of the system shall operate on 120 volt, single-phase, 60 Hertz, except as otherwise noted in the specifications. C. POWER SUPPLIES: The drawings and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources shall be furnished with the instrumentation. D. PROTECTION (1) The instrumentation system supplier shall be responsible for input-output isolation of all ' incoming and outgoing signals. L__, (2) Each 4-20 mA DC process measurement current loop installed on this contract shall be protected by insertion of a 1/16 amp fuse, Buss Type MKB. Fuses shall be installed in standard fuse blocks. [ - Pump Station Intake Meters 13900 — 7 June 2015 (3) The necessary fuses or switches required by the Instrumentation Manufacturer for his equipment shall be provided with the equipment. The instruments requiring an internal power supply shall have an internal ON -OFF switch. E. INPUT/OUTPUT (1) In general and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown shall be 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators shall be furnished and installed as required to meet instrument specifications and to make instrumentation system fully operational. (2) Pair shielded cable, as specified in Section 16120 LOW VOLTAGE ELECTRICAL CONDUCTORS AND CABLES shall be used for all 4-20 mA DC loops. F. HARDWARE CHECKOUT (1) CONTRACTOR shall be responsible for checkout and calibration of all field instrumentation up to and including the PLC cabinets. CONTRACTOR shall provide a checkout of all I/O points under the supervision of the OWNER'S REPRESENTATIVE. Checkout shall be scheduled two weeks in advance of the date with the OWNER'S REPRESENTATIVE. CONTRACTOR shall provide a schedule of checkout and procedures to be used to the OWNER'S REPRESENTATIVE two weeks in advance of the test date for the OWNER'S REPRESENTATIVE's approval. (2) UO points and sequence of operations shall be judged Pass/Fail by the OWNER'S REPRESENTATIVE. If a point fails, the CONTRACTOR shall move on to the next point and resubmit a new test schedule to the OWNER'S REPRESENTATIVE. The CONTRACTOR shall run a rehearsal of the test procedure to be witnessed by the OWNER'S REPRESENTATIVE prior to the test date as field modifications of equipment during the testing for a failed point shall not be allowed. Testing shall simulate actual field conditions and reflect the sequence of operations expected when in use. G. EQUIPMENT WARRANTY (1) All equipment shall be warrantied for a period of one (1) year after final acceptance. 1.3 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES and shall include: A. Shop Drawings (1) Shop drawings shall be submitted to the ENGINEER for approval before fabrication or shipment to the job. Equipment shall not be fabricated or shipped to the job before receipt of approved shop drawings from the ENGINEER. Submittals for approval shall include (1) component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature, (2) component drawing showing dimensions, mounting, and external connection details, (3) a system piping schematic and wiring schematic each on a single drawing with full description of operation, (4) complete schematic diagram of each piece of electrical and electronic equipment including electrical valves and tolerances for each component. Component identification on the schematic shall be as described above. (2) Provide cutsheet on flow meter showing lay length. (3) Factory test results for electromagnetic flow meter showing meter meets the .2% accuracy for a flow range from 1 to 33 feet per second. Acceptance at the jobsite by the Pump Station Intake Meters 13900 — 7 June 2015 Engineer/Owner will not be made until the factory test results have been submitted and approved. (4) Flowmeter 1 year warranty documentation. (5) Shop drawings submitted for all equipment furnished under this section of the specifications, shall be submitted at the same time in the same package. Partial submittals will not be reviewed. (6) Following approval, the manufacturer shall be responsible for preparation of the required sets of these drawings for distribution as indicated in Division 0 and Division 1 specifications. (7) Shop drawings submitted for all equipment furnished under this section of the specifications, shall be submitted at the same time in the same package. Partial submittals will not be reviewed. B. Sales bulletins and other general publications are not acceptable as submittals for approval. C. Equipment installation Report. CONTRACTOR shall provide an Equipment Installation Report for each instrument (flow meter, level transmitter, etc.) to the ENGINEER/OWNER for approval. The equipment installation report shall include documentation stating that the instrument was installed and properly calibrated per the manufacturer's recommendations by an Authorized representative of the instrument manufacturer. All parameters required for programming of the instrument shall be provided in a hard copy format as part of the equipment installation report. Documentation stating that the person performing the calibration and start-up is an authorized representative shall be provided as well. D. Operation and Maintenance Manuals (1) Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19 LOW VOLTAGE ELECTRICAL POWER AND CONDUCTORS & CABLES shall be followed. (2) Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. E. CONTRACTOR shall provide point to point interconnection diagrams for all control/instrumentation connections between the RTU cabinet and field devices including instruments, motor starters, and switchgear. Point-to-point diagrams shall be provided for all control/instrumentation wiring between field devices and panels, i.e. motor starters, switchgear, etc. CONTRACTOR shall provide AutoCad files of interconnection diagrams to the OWNER. Interconnection diagrams shall include cable no., terminal block no., instrument no., panel no., etc. Hard copies of the Interconnection drawings shall be submitted to the ENGINEER for approval as an official submittal prior to the final AutoCAD files being submitted. 1.4 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ASTM A-126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings ASTM B-61 Specification for Steam and Valve Bronze Castings Pump Station Intake Meters 13900 — 7 June 2015 1.5 JOB CONDITIONS A. SPECIAL TOOLS: Furnish a kit which contains special size wrenches and other types of tools, not normally available, which are necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this section of the specification shall be furnished, including software. PART 2 PRODUCTS 2.1 REMOTE EQUIPMENT A. Controls for remote electrically operated or motor driven equipment shall be complete, including the necessary auxiliary relays so as to require only wiring and connections to the equipment control circuit. Contacts for control of remote motor operated or electrically operated equipment shall be rated not less than 10 amperes at 120 volts unless otherwise specified herein. B. Remote motor operated or electrically operated equipment shall have a separate 120 volt control circuit which operates through the dry contacts provided by the instrumentation system. 2.2 ENCLOSURES/PANELS A. Enclosures and panels as indicated on the plans and in this specification shall be furnished, installed, and wired. Enclosures for equipment shall be NEMA 1, 14 gauge steel for interior air conditioned rooms, NEMA 12 for interior areas with ventilation and NEMA 4X, 304L Stainless Steel for all other locations. All enclosures shall have a quick release luggage type stainless steel clasp. mi"111-112131 A. Instrument tubing shall be 316 stainless steel conforming to ASTM A269 for seamless tubing for use with compression type fittings. Hydraulic connections to instruments shall be made with compression type fittings. B. Tubing shall be 3/8" trade size (OD= .375", ID= .315", wall thickness=.030"), and shall be rated for 810 psi working pressure at 150°F and shall be manufactured by Halstead or approved equal. Tube fittings shall be compression type as manufactured by Parker or approved equal. 2.4 DRY WELL LEVEL SWITCH A. A dry well float switch shall be furnished to automatically detect a high liquid level. The switch shall be normally open and close on a rising liquid level. The float switch and piping shall be submersible. The junction box shall be NEMA 4X 316 stainless steel. All construction shall be of PVC, PBT and Buna N for corrosion resistance. B. Float switch shall have a 4 amp rating at I I5VAC. The float cable shall be Type SO with three #14 AWG fine -stranded copper conductors. Provide mounting hardware as required. Float switch shall be Contegra Model FS 90 or approved equal. C. Float switch shall be installed in accordance with the manufacturer's recommendations. Pump Station Intake Meters 13900 — 7 June 2015 PS3-LSH-01 Flow Meter Vault High Water Level 6" AFF PS6-LSH-01 Flow Meter Vault High Water Level 6" AFF PS8-LSH-01 Flow Meter Vault High Water Level 6" AFF 2.5 ELECTROMAGNETIC FLOW TRANSMITTER A. Flow element shall be of the electromagnetic type utilizing the pulsed DC type coil excitation principle with high preamp input impedance. Unit shall have zero stability feature thereby eliminating the need to stop flow to check zero alignment. B. Electromagnetic flow meter shall be flange mounted and provided with flange isolation kit to eliminate metal to metal contact and provide electrical isolation from the cathodic protection system installed on the pipeline. Flow meter manufacturer shall coordinate exact requirements with type of cathodic protection system installed on pipeline. Flange isolation kit shall be manufactured by Drake Specialties or approved equal. A detailed drawing showing how the flange isolation kit (with instructions) shall be installed shall be officially submitted with the flow meter for the Engineer's review. Where required, Contractor shall provide two separate insulated wires from the upstream mating flange to the downstream mating flange so as to not lose the cathodic protection on either side of the flow meter. C. The flow meter body shall have an internal diameter not less than the line size indicated and be constructed of 316 stainless steel with AWWA Class D flanged ends of epoxy coated carbon steel. The flow tube shall be rated IP68 for indefinite submersion. The flow meter shall be provided with an NSF 61 drinking water approved hard rubber liner and shall include two 316 SS measuring electrodes. Two additional electrodes for grounding and empty pipe detection shall be of the same material Electrodes shall be either flush or bullet nose type. Suitable covers shall be provided for flow elements ends to protect the tube liner during shipment. D. The flow meter shall generate a HART 4-20mA and pulse output linearly proportional to flow for full-scale velocity settings from 1 to 33 feet per second. Accuracy of the flow meter shall be ± 0.2% of rate t 0.01 % of full scale (33 ft/sec). Supplier shall submit as a formal submittal to the Engineer, the factory test results showing that the actual unit being supplied has been factory tested and meets the .2% accuracy for the flow range of 1 to 33 feet per second. E. The meter shall incorporate a high impedance amplifier of 1012 ohms or greater, eliminating the need for electrode cleaning systems. The meter shall utilize bipolar pulsed DC coil excitation with auto -integrated zeroing each half -cycle. Manual zero adjustment shall not be required. Power consumption shall be no more than 15 VA, independent of meter size. Meter shall operate on 24VDC and a 24VDC power supply shall be provided by flow meter manufacturer. 24VDC power supply will be powered by an external 120VAC source. F. The magnetic flow meter shall be microprocessor based with remote mounted electronics. The electronics enclosure is to have a NEMA 4X rating. Remote flow transmitter shall be enclosed and indicating & suitable for wall mounting. Output span and zero shall be manually adjustable. Cable between flow meter and remotely mounted transmitter shall be once continuous cable. No splicing allowed. Provide cable length as indicated. The contractor shall field verify exact amount of cable required and provide a minimum for 150' spare length. Pump Station Intake Meters 13900 — 7 June 2015 G. The meter's analog and pulse outputs shall be independently selected by push buttons. The analog output shall be an isolated 4-20 mA DC into 700 ohms load. The pulse output shall be an open collector output with a maximum frequency of 1000 Hz with configurable pulse width (0.05 to 2 sec). An open collector status output shall indicate either system or process error, or flow direction. An auxiliary input shall be available for positive zero return. A low flow cutoff will be standard, which can be turned on or off by push buttons. H. A 4-line, 16-digit LCD backlit display shall indicate flow rate and/or total flow. The totalizer value shall be protected by EEPROM during power outages. The display shall also be capable of indicating error messages such as empty pipe condition, error condition, and low flow cutoff. The flow meter shall have the capability of being programmed remotely using HART protocol. I. Electromagnetic flowmeter shall be Siemens MAGFLO flanged meter with remote Siemens MAG transmitter, ABB Watermaster Magnetic Flowmeter with remote transmitter, or Endress & Hauser Model ProMag 53W with remote transmitter. J. Electromagnetic flowmeter shall be provided with 1 year manufacturer's warranty. The first year shall be interpreted as the 12 month period following the installation, adjusting, and acceptance testing, and the start of actual operation of the equipment, or 18 months following delivery of the equipment, whichever comes first. Flowmeter manufacturer shall provide a written document stating warranty. This shall be supplied as an official submittal K. Calibrations of all instruments shall be performed by the instrument manufacturer's factory technicians only. Flow' Meter Tag Service Range Line Size Cable Length PS3 -FIT-01 Intake Meter 0-5 MGD 20" 100, PS6 -FIT-01 Intake Meter 0-5 MGD 12" 100, Cable lengths shown in table are approximate. Field verify all conditions. PART 3 EXECUTION 3.1 INSTALLATION A. Wire each device requiring power so that when wires are removed from any one device, power is not be disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.2 FIELD QUALITY CONTROL A. The supervisory service of a factory -trained service engineer who is specifically trained on the type of equipment herein specified shall be provided during construction to assist the CONTRACTOR in the location of sleeves; methods of installing conduit and special cable; Pump Station Intake Meters 13900 — 7 June 2015 mounting, piping, and wiring one of each type of device, and the methods of protecting all of the equipment prior to placing it into service. Upon completion of the installation, the services of the above service engineer shall be provided for calibration and start up of the equipment and for instructing the operating personnel. The Manufacturer shall provide sufficient service to place the system in satisfactory operation. B. Check out and calibrate the system upon completion of the installation. C. Prior to the OWNER turning on any form of energy to the system, the CONTRACTOR shall provide the ENGINEER with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. is END OF SECTION Pump Station Intake Meters 13900 — 7 June 2015 W 1 9 ®R 0 Wo WmAk, I 11 I I I 1 SECTION 16010 COMMON WORK RESULTS FOR ELECTRICAL PARTI GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 1, concerns all other Sections in Division 16, and shall be considered a part of each of those Sections as if written in their entirety. 1.2 QUALITY ASSURANCE A. ELECTRICAL CONTRACTORS' QUALIFICATIONS Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. A licensed Journeyman shall be on site at all times when electrical work is being performed. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. The Contractor shall provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. The report shall be signed by the Master Electrician and include the data and time the Master Electrician was on site. B. WORKMANSHIP Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. Conduit, transformers, and motors shall be isolated to avoid unacceptable noise levels from objectionable vibrations from all systems. n1&1JJ- &tW6ffVV Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES and shall include: A. Component catalog number and manufacturing data sheet, indicating pertinent data and clearly marked identifying each component by the item number and nomenclature as specified. B. Component drawings showing dimensions, mounting, and external connection details. C. Complete interconnection and point to point wiring diagrams in AutoCAD format for all field control and instrumentation wiring between instruments, electrical equipment, starters, VFDs, etc. A hard copy shall be submitted to the Engineer for approval prior to the final AutoCAD files being submitted. Interconnection/wiring diagrams shall include cable numbers, wire tags, actual equipment terminal strip numbers at both ends of the cable, etc. Pump Station Intake Meters 16010-6 June 2015 D. Operation and maintenance manuals shall contain the approved shop drawings, submittals, spare part lists, schematics, final wiring diagrams with any changes made during start-up and maintenance procedures. E. Unless other additional information is required by the detailed equipment specifications, the following information shall be included for motors: (1) Motor identification number and nomenclature as specified (2) Make and motor type (3) Brake horsepower of the motor (4) Locked rotor current at full load (5) Motor efficiency at full load (3-phase motors only) (6) Starting torque (7) Method of insulating and impregnating motor coils (3-phase only) (8) Speed of the motor at full torque (9) Full load current (10) Service factor (11) Motor temperature rise measured by resistance over 40 degrees C ambient F. The Contractor shall provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. The report shall be signed by the Master Electrician and include the date and time the Master Electrician was on site. (1) The CONTRACTOR shall submit a copy of the Master Electrician's license and Journeyman's license who will be working on the project. This information shall be submitted as a formal submittal prior to beginning any work. G. The Contractor shall: (1) Prepare, and keep up-to-date, the Record Drawings and detailed construction drawings; (2) Record the exact locations of each of the differences, sizes and details of the Construction Work as executed, with cross-references to and other requirements on the Record Drawings. (3) Keep the Record Drawings at the Work Site; (4) Upon completion of the Work, or at such other time as may be determined by the Engineer, submit the Record Drawings and copies to the Owner's Representative in accordance with the Owner's Requirements. (5) Underground Interference drawing showing all underground duct banks, ground rods, ground conductors, pipes, piers, vaults, manholes, pull boxes, etc. that clearly identifies Pill the location and routing of these systems. All interferences shall be brought to the Engineer's attention. (6) Provide revised final shop drawings in AutoCAD format noting any changes made to 1-1 equipment during start-up. 1.4 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) Pump Station Intake Meters 16010-6 June 2015 ' National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Underwriters' Laboratories (UL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local utility companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) International Electrical Testing Association (META) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. 1.5 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Major electrical equipment shall be stored indoors in a climate controlled environment and space heaters energized where applicable. Equipment that will be stored indoors for an extended period of time and that do not have space heaters shall have a 100 watt incandescent light placed in it and energized to eliminate the build-up of condensation in the equipment. Coordinate with equipment manufacturer for additional storage requirements. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. 1.6 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law by the Contractor for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the Contractor shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. Pump Station Intake Meters 16010-6 June 2015 D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the owner. E. All enclosures for equipment unless specifically identified otherwise shall be NEMA 1, 14 gauge steel enclosures for indoor A/C areas not exposed to a hazardous location, NEMA 12, 14 gauge steel for indoor exhaust/vent fan areas, NEMA 4, FRP for rooms housing Chlorine, or NEMA 4X, 304L stainless steel for exterior installations and all other locations. PART 2 EXECUTION 2.1 INSTALLATION A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. B. Install stainless steel sleeves for each conduit passing through floors. Extend sleeves 1-1/2" above the floor slab and grout watertight. The sleeve sizes shall permit the subsequent insertion of a properly sized conduit or raceway. C. Submit location drawings and obtain Engineer approval prior to installing conduit penetrations through slabs, beams, and walls. Install stainless steel pipe sleeves around the conduit and raceway which pass through concrete beams or walls and masonry exterior walls. The inside diameter of the sleeves shall be at least 1/2" greater than the outside of the service pipes. After the pipes are installed into these sleeves, fill the annular space between the pipes and sleeves with mastic. The complete installation shall be watertight and the fire rating of penetrations through walls, floors and ceilings shall be maintained. D. Install steel reinforced concrete foundations below floor mounted switchboards, panelboards, motor control centers, soft starters, transformers, and other floor mounted electrical equipment. Concrete foundations shall be not be less than 4" high or as indicated on plans. Neatly chamfer top edges. Concrete foundations shall be 6" wider and 6" longer than the base of the equipment being installed or as indicated on plans. Concrete shall be in accordance with Division 03, and shall be reinforced with a minimum of 6" x 6" #6 welded wire mesh or as indicated on plans. E. Route all conduits parallel to building lines, columns, or steel route conduits near to columns and roof beams. 2.2 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. 2.3 PAINTING A. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the plans or specifications. If the finish is marred in transit or during installation, re -finish to a neat, workmanlike appearance equal to the original factory finish. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. Pump Station Intake Meters 16010-6 June 2015 2.4 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents, or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro -mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. The contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turf and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as - built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. 2.5 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two (2) keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. 2.6 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation so that it is suitable for the Owner's use. END OF SECTION Pump Station Intake Meters 16010-6 June 2015 SECTION 16020 TESTING OF ELECTRICAL SYSTEMS PART1 GENERAL 1.1 WORK INCLUDED A. Furnish labor, material, equipment and incidentals of an independent testing agency. Testing shall be inclusive of all low voltage equipment including conductors for the project sites. Testing shall include all relay protective schemes and operation of the low voltage equipment. 1.2 QUALITY ASSURANCE A. Independent testing agency shall follow all tests and recommendations in NETA Acceptance Testing Specification for all equipment provided. B. Acceptable Testing Agencies: (1) National Field Services (2) Real Power Technologies (3) Shermco Industries (4) All others shall submit qualifications to the Owner and the Engineer for review and approval prior to bid submittal no later than one week after bid advertisement date. Any submittals after this time period shall not be evaluated. Qualifications shall include testing agencies who have had at least 10 years of successful experience in the testing of similar projects with a generator and pump station configurations. Qualifications shall include a list of similar projects within the last 5 years with the name of the project and contact information of the Owner. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, SUBMITTAL PROCUDURES and shall include: (1) ELECTRICAL TESTING REPORT a. 60 days prior to any testing taking place, CONTRACTOR shall submit to the OWNER/ENGINEER the name of the testing agency; a detailed list of all tests to be conducted shall also be submitted at this same time. This shall be submitted as a shop drawing. b. A written report shall be submitted by the testing agency performing installation checks, operation and testing of the equipment. This report shall certify that 1) the equipment has been properly installed, 2) is in accurate alignment, 3) meets the acceptance testing specifications of NETA and the equipment manufacturer. Provide a detailed list of all tests that were performed and the test results as part of the Electrical Testing Report. c. Electrical Testing Report shall be submitted to the ENGINEER for approval at least 4 weeks before start-up and training. 1.4 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: Pump Station Intake Meters 16020 - 1 June 2015 (1) American National Standards Institute (ANSI) (2) American Standards for Testing and Materials (ASTM) (3) Institute of Electrical and Electronic Engineers (IEEE) (4) National Electrical Manufacturers Association (NEMA) (5) International Electrical Testing Association (META) 1.5 RELATED SPECIFICATIONS A. All testing referenced in the following Specifications shall be submitted under this section: (1) 16120 LOW VOLTAGE ELECTICAL POWER CONDUCTORS & CABLES (2) 16450 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS PART 2 PRODUCTS [NOT USED] PART 3 EXECUTION A. Perform all testing identified in the latest edition of NETA Standard for Accepting Testing Specifications. B. All testing shall be witnessed by the Owner's Representative. Types of equipment required to be tested by these specifications shall include but not be limited to the following: (1) The following tests shall be conducted by the Contractor: a. Low Voltage Cables. b. Grounding. C. All testing shall be in accordance with the manufacturer's recommendations for energization and start-up of the equipment. D. Testing shall include a complete functionality testing of electrical equipment under all the different operating parameters identified by the OWNER and ENGINEER. E. The following is a listing of the major equipment test to be performed. (1) Low Voltage Cables a. Perform all tests as specified in Section 16120, LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES b. Insulation - resistance test c. Perform resistance measurements through all connections with a low resistance ohmmeter. d. Perform a thermographic survey of all connections under load conditions. e. Perform Continuity test to insure correct cable connection. f. Perform all tests as specified in NETA Acceptance Testing Specifications. END OF SECTION I .. Pump Station Intake Meters 16020 - 2 June 2015 SECTION 16030 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.1 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: (1) Identification for raceways. (2) Identification of power and control cables. (3) Identification for conductors. (4) Underground -line warning tape. (5) Warning labels and signs. (6) Instruction signs. (7) Equipment identification labels. (8) Miscellaneous identification products. 1.2 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES and shall include: A. Product Data to include cut sheets for each electrical identification product to be used on the project. 1.3 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, are not acceptable. PART PRODUCTS 2.1 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: (1) Tags relying on adhesives or tapes -on markers are not acceptable. (2) Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. (3) Provide tags for cables and for conductors No. 8 AVWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Pump Station Intake Meters 16030-1 June 2015 In �1 LJ l r, Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. (4) Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). (5) Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. (6) Where more than one neutral is present with a group of conductors, a tag shall be ap- plied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.2 CONDUCTOR IDENTIFICATION MATERIALS A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. 2.3 UNDERGROUND -LINE WARNING TAPE A. Tape: (1) Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications lines. (2) Printing on tape shall be permanent and shall not be damaged by burial operations. (3) Tape material and ink shall be chemically inert, and not subject to degrading when ex- posed to acids, alkalis, and other destructive substances commonly found in soils. (4) Brady detectable Identoline or approved equal. B. Color and Printing: (1) Comply with ANSI Z535.1 through ANSI Z535.5. (2) Inscriptions for Red -Colored Tapes: ELECTRIC LINE 2.4 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive la- bels, configured for display on front cover, door, or other access to equipment unless oth- erwise indicated. C. Baked -Enamel Warning Signs: i_ (1) Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size - required for application. (2) 1/4-inch grommets in corners for mounting. (3) Nominal size, 7 by 10 inches. D. Warning label and sign shall include, but are not limited to, the following legends: (1) Multiple Power Source Warning: 'DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." (2) Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." (3) Arc Flash Labels per Specification Section 26 05 73.01 ELECTRICAL POWER SYSTEM STUDIES. 2.5 EQUIPMENT IDENTIFICATION LABELS f Pump Station Intake Meters 16030-2 June 2015 A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch. PART 3 EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient view- ing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechani-cal fasteners appropriate to the location and substrate. F. Underground -Line Warning Tape: During backfilling of trenches install continuous under- ground -line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. G. Painted Identification: Comply with requirements in Division 09 painting Sections for sur- face preparation and paint application. 3.2 IDENTIFICATION SCHEDULE A. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and hndholes, use color -coding conductor tape to identify the phase. (1) Color -Coding for Phase Identification, 600 V or Less: Use colors listed below for un- grounded service, feeder, and branch -circuit conductors. a. Color shall be field applied for sizes larger than No. 8 AWG b. Colors for 120/240V Circuits: 1) Phase A: Black 2) Phase B: Red 3) Neutral: White 4) Equipment Grounding Conductor: Green c. Colors for 208Y/120-V or 240V/12OV, 3-phase Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral: White Pump Station Intake Meters 16030-3 June 2015 5) Equipment Grounding Conductor: Green d. Colors for 480Y/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. 4) Equipment Grounding Conductor: Green e. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a min- imum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible un-winding. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical fiber cable. (1) Install underground -line warning tape for both direct -buried cables and cables in race- way. C. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels (1) Comply with 29 CFR 1910.145. (2) Identify system voltage with black letters on an orange background. (3) Apply to exterior of door, cover, or other access. (4) For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. D. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment oper-ation. E. Equipment Identification Labels: On each unit of equipment, install unique designation la- bel that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Sys-tems include power, lighting, control, communication, signal, monitoring, and alarm sys-tems unless equipment is provided with its own identification. (1) Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated nameplates. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where two lines of text are required, use la-bels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with ap- propriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. Pump Station Intake Meters 16030-4 June 2015 (2) Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panel - board manufacturer. Panelboard identification shall be laminated acrylic or mela- mine label and placed in a clear plastic sleeve. _. b. Enclosures and electrical cabinets. c. Switchgear. d. Switchboards. e. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. f. Motor -control centers. g. Enclosed switches. h. Enclosed circuit breakers. i. Enclosed controllers. j. Push-button stations. k. Contactors. 1. Monitoring and control equipment. in. UPS equipment. n. Pull and Junction Boxes END OF SECTION Pump Station Intake Meters 16030-5 June 2015 r; _4 i SECTION 16111 CONDUITS PART1 GENERAL 1.1 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install a complete conduit system for each type of electrical system. Electrical work shall be in accordance with Div. 16 ELECTRICAL specifications. 1.2 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES and shall include: A. Shop Drawings to include cut sheets of each material to be used on the project. 1191 .`IIV10171 1�7.y The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI C80.5 Electrical Rigid Aluminum Conduit (ERAC) ANSUNEMA FB 1 Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies NEMA RN 1 PVC Externally -Coated Galvanized Rigid Steel Conduit and Electrical Metallic Tubing NEMA TC 2 Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC- 80) NEMA TC 3 PVC Fittings for Use with Rigid PVC Conduit and Tubing PART 2 PRODUCTS 2.1 MANUFACTURED PRODUCTS A. FLEXIBLE METAL CONDUIT: (1) FOR USE WITH RIGID ALUMINUM CONDUIT: Single strip, helically wound, interlocking aluminum, in accordance with Fed. Spec. WW-C-566 and U.L. listed. Conduit shall have an extruded, polyvinyl jacket over the interlocking aluminum. Acceptable product shall be Anaconda Sealtite Type UA or Electr-Flex Company Liquatite Type LT. B. RIGID ALUMINUM CONDUIT: Heavy wall, aluminum alloy 6063; low temper number, tube, free from defects and manufactured in accordance with ANSI C80.5 standards and U.L. listed. Acceptable manufacturers shall be VAW, Western, and Alumax. C. PVC COATED RIGID ALUMINUM: Meeting the requirements of rigid aluminum conduit; 40 mil PVC exterior coating and 2 mil urethane interior coating, U.L. 6A listed manufactured in accordance with Fed. Spec. WW-C-581, ANSI C80.5 standards, ETL Verified PVC-001 and U.L. listed. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote. i Pump Station Intake Meters 16111-1 June 2015 4 D. LIQUID TIGHT FLEXIBLE METAL CONDUIT: U.L. Listed Single strip, helically wound, interlocking, hot dipped zinc galvanized steel core, in accordance with U.L. 1. Liquid tight conduit shall have an extruded, polyvinyl jacket over the flexible metal. Acceptable product shall be Anaconda Type U.A. E. RIGID NONMETALLIC CONDUIT: Schedule 40 high impact, polyvinylchloride, in accordance with Fed. Spec. W-C-1094 and U.L. listed. Acceptable manufacturers shall be Carlon, Cantex, and Certainteed. F. FITTINGS AND CONDUIT BODIES: (1) RIGID METAL CONDUIT: Threaded type material to match the conduit, in accordance with ANSI/NEMA FBI and as manufactured by Appleton Form 35, Killark "O" Series, Crouse Hinds, OZ Gedney, or RACO. (2) FLEXIBLE AND LIQUID TIGHT FITTINGS: In accordance with ANSI/NEMA FBI; copper free aluminum construction, long ferrule; insulated throat; integrally -cast, external ground lugs, as manufactured by Appleton "ST" series, Hubbel, OZ Gedney Type 4QL, or RACO. (3) PVC CONDUIT: Solvent -welded, slip-on joints, in accordance with NEMA TC3, as manufactured by Carlon, CertainTeed. G. ELBOW AND BENDS: Rigid, nonmetallic conduit system shall use PVC -coated rigid aluminum for all bends. Meeting the requirements of rigid steel conduit; 40 mil PVC, exterior coating and 2 mil red urethane interior coating. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote. Other conduit systems shall use the same material as the conduit with which they are installed. H. BUSHINGS: High impact, thermosetting, phenolic insulation; 150 degrees C.; as manufactured by Appleton "BBUH", Blackburn, or OZ Gedney type A. I. GROUNDING BUSHINGS: Conduit grounding bushings shall consist of an aluminum, insulated throat conduit bushing with an attached aluminum set screw lug. Grounding bushing shall comply with Fed. Spec. W-F-408b and W-W-C-581d, UL Standards 514B and 467, and shall be Crouse Hinds Lazy Lug or approved equal. J. LOCKNUTS: Aluminum as manufactured by Appleton "BL", OZ Gedney, RACO, or Steel City. (1) ALUMINUM CONDUIT: Cast aluminum, with broad flat surfaces with gripping teeth on both sides of conduit entry. Hub portion on exterior side of entry shall contain "O" ring for watertight seal of conduit entry. Hubs shall be Meyers Hub, Appleton or Efcor. L. CONDUIT THROUGH -WALL AND FLOOR SEAL: Malleable iron body with oversized sleeves, sealing ring, pressure clamp and rings and sealing grommet; hex head cap screw, as manufactured by OZ Gedney, type FSK. M. END BELLS: Hot -dipped, galvanized, threaded, malleable iron, as manufactured by OZ Gedney type TNS. N. EXPANSION FITTINGS: Aluminum with aluminum bonding jumpers. Linear expansion fittings shall be OZ Gedney Zx for rigid, use with aluminum conduit or Appleton "XJ" series. Combination linear and deflection expansion fittings shall be OZ Gedney type AXDX. O. THREADED NIPPLES: As manufactured by Allied or Triangle. Aluminum Conduit nipples shall have two (2) independent sets of threads. Running threads shall not be used. Utilize the conduit union when joining two (2) fixed conduits in a continuous run. Pump Station Intake Meters 16111-2 June 2015 �m P. ACCESSORIES: Reducers, washers, etc., shall be cadmium -plated, malleable iron. Q. IDENTIFYING TAPE FOR BURIED CONDUITS: 6" wide, polyethylene with continuous printing along the length of the tape, as manufactured by Brady "Identoline" or Sentry Line "Terra Tape". Use red with black letters for buried electrical power conduits. Use green with black letters for buried electric instrumentation and communication conduits. R. CONDUIT DRAINS: Conduit drains shall be 316 stainless steel as manufactured by Crouse Hinds ECD Universal, or approved equal. S. DUCT BANK SPACERS: Interlocking module spacers as manufactured by Formex, or approved equal. T. LINK SEAL: Link seal shall be modular, mechanical type, consisting of inter -locking ' synthetic rubber links shaped to continuously fill the space between the conduit and the wall opening. Link seal shall be suitable for use in a core -drilled and pre -cast wall openings and shall be manufactured by Pipeline Seal & Insulator, Inc or approved equal. PART 3 EXECUTION 3.1 CONDUIT INSTALLATION SCHEDULE Conduit types shall be installed in accordance with the following schedule: A. BURIED CONDUIT: PVC Schedule 40 or PVC coated rigid aluminum unless noted otherwise. B. ABOVE GRADE CONDUIT: Rigid Aluminum unless noted otherwise. C. PVC COATED RIGID ALUMINUM CONDUIT: Shall be used for all underground conduit bends; and for conduit stub -ups through concrete and concrete wall penetrations. D. RIGID ALUMINUM CONDUIT: May be used in all locations. PVC coated rigid aluminum conduit shall be used in corrosive environments or where in contact with concrete. E. RIGID NONMETALLIC CONDUIT: May be used in non -hazardous locations, installed single or grouped either underground or encased in concrete. F. LIQUID TIGHT FLEXIBLE METALLIC CONDUIT: Shall only be used to equipment in non -hazardous locations not subject to physical damage or excessive temperatures, requiring vibration isolation unless otherwise indicated, 6'-0" maximum length. The bending radius shall be in accordance with Chapter 9, Table 2 of the NEC and shall not deform or alter the flex jacket. 3.2 INSTALLATION A. GENERAL (1) Size conduits as required by the National Electrical Code for the number and sizes of wires to be drawn into the conduit. Above grade conduit less than 3/4" shall not be used unless specified otherwise. Below Grade conduit shall not be less than 1". (2) Conduit stubbed up under free standing enclosures, such as motor control centers shall be PVC, stubbed up V above the finished floor level, and shall have a PVC bell terminator solvent welded onto each conduit end. (3) Underground conduit shall be concrete encased. Conduit which is below the finished grade shall be rigid PVC, except where indicated on the plans. Unless otherwise indicated, all other conduit shall be rigid aluminum. Pump Station Intake Meters 16111-3 June 2015 (4) At the transition from underground and or from concrete, protect PVC conduit from mechanical damage by extending PVC coated rigid aluminum conduit a maximum of 12" and a minimum of 4" into the earth or concrete at the transition. (5) Aluminum conduit, straps, and struts shall not be in direct contact with concrete. Provide a rubber washer between the two materials. (6) Aluminum conduit which penetrates into concrete shall be factory -coated with 0.20" of polyvinylchloride, per Spec. MIL-P-15147. (7) Conduit extending into concrete shall not be closer than 3" from adjacent conduit and shall not be closer than 1" from any reinforcement bars. (8) PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. Conduit shall not be placed horizontally in a concrete floor slab or a beam without the Engineer's written approval. (9) Flexible metal conduit used for connecting light fixtures, i.e., fixture whips, shall be 1/2" as a minimum. Fixture whips shall contain only three conductors: one hot, one neutral, and one equipment grounding conductor. Other conduit types shall be 3/4" as a minimum. The inside surface of the conduit shall be reamed smooth after it has been cut. (10) Provide conduit sizes as shown on the plans. Where hash marks are used to indicate the number of conductors in a conduit without indicating the conduit size, provide a 3/4" conduit for up to nine #12 conductors, and a 1" conduit for ten to 20 #12 conductors. (11) Where conduits stub up through a floor slab from below finished floor level for multi- level structures, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. (12) Conduit system shall be swabbed clean prior to installation of conductors. (13) Ground conduits in accordance with the National Electrical Code and Specification 16150, GROUNDING & BONDING FOR ELECTRICAL SYSTEMS. (14) Contractor shall properly tape PVC coated aluminum conduit where it transitions to PVC conduit in underground concrete encased duct banks so that no aluminum conduit is in contact with concrete encasement. Tape shall be manufactured by Scotch or approved equal. Coordinate with tape manufacturer for type of tape to use for the installation. I 1__ �01i up (1) Bury underground conduit a minimum of 18" deep to the top of the concrete encasement for 600V, and as shown on the plans, whichever is greater. Backfill buried conduit banks with material which is free from large rock, paving material, or large angular substance. Install underground conduit with the conduit duct bank dimensions shown on the plans. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. The concrete shall be red in color. (2) Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at lowpoints. Install horizontal runs of conduit to provide a natural drain for condensation without pockets or traps where moisture may collect. (3) Underground conduits shall drain to an underground structure with a floor drain, such as a manhole or a building basement. (4) Install conduit drain assemblies in outside or underground conduits to provide for draining. (5) Underground conduit bends shall have a minimum T bend radius or larger as required by the minimum bending radius of the cables, whichever is greater. All Underground conduit bends shall utilize PVC factory -coated rigid metal bends. (6) Minimum size for underground conduits shall be 2". C. ROUTING AND SUPPORT Pump Station Intake Meters 16111-4 June 2015 t _J (1) Use the conduit route where shown on the plans. Route conduits that do not have a specified route in the most direct path between the two points, i.e. home runs shown with an arrow symbol. Route conduits parallel to building lines. Concealed conduits on the plans shall be below grade, within walls, or above ceilings. (2) Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork. Exposed conduit shall not be installed on the roof without the Engineer's prior approval. (3) Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3" separation, except in crossing which shall be a minimum of 1". Conduits shall not be installed/concealed in water bearing walls. (4) Conduits in buildings shall be exposed on unfinished ceilings and basements, as shown on the plans. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware shall not mount the conduit directly on concrete walls and ceilings, but shall space the conduit away from the surfaces using mineralac-type hardware, strut channel clamps, or one hole straps with clamp backs. (5) Provide expansion fittings at expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these joints. (6) Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. Provide space for an additional 25% conduit. (7) Rigid aluminum conduit systems shall utilize stainless straps, clamps and strut channel. The contactor shall provide a neoprene barrier around the conduit to prevent corrosion. r The neoprene barrier shall prevent the stainless steel from coming in contact with the aluminum conduit. Coated rigid steel conduit shall utilize PVC factory coated straps, clamps and thread rods, etc. as manufactured by Robroy. (8) Nuts, bolts, concrete anchor bolts and other metallic fasteners shall be stainless steel. (9) Install conduit other than PVC with threaded couplings and other threaded fittings. t Threadless, or clamp type fittings shall not be used on metallic conduit. Rigid aluminum conduit shall have each set of threads coated with an oxidation inhibitor, Ilsco, De-Ox, j ITT Noalox, Blackburn Contax or approved equal. (10) Use PVC coated, rigid aluminum, factory elbows for bends in PVC conduit unless indicated otherwise. (11) Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. (12) Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. - (13) Install a pulling string in empty (spare) conduit, except sleeves and nipples, and leave for future pulling as applicable. D. TERMINATIONS (1) Use threaded hubs for termination of conduits. Locknut termination of conduits shall not be used on this project. END OF SECTION Pump Station Intake Meters 16111-5 June 2015 SECTION 16115 WIREWAYS PART1 GENERAL 1.1 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install a complete wireway system. Electrical work shall be in accordance with Section 26 05 00, COMMON WORK RESULTS FOR ELECTRICAL. Contractor shall size wireways in accordance with the National Electrical Code. 1.2 SUBMITTALS Submittals shall be in accordance with Section 0133 00, SUBMITTAL PROCEDURES and shall include Record Data for: A. Wireways PART PRODUCT 2.1 MATERIALS A. WIREWAY: Provide as manufactured by Hoffman or equal. B. WIREWAY ENCLOSURES, SUPPORTS AND ASSOCIATED FITTINGS: NEMA 1 (metallic) or NEMA 4X, 304L stainless steel, lay -in wireway, quick release cover latches, continuously welded seams, oil resistant gasket. Hoffman Lay -In -Type NEMA 1 or NEMA 4X wireway or equal. Factory ANSI 61 gray finish for NEMA 1. NEMA 1 for air conditioned electrical room and NEMA 4X, 304L stainless steel for all other locations. 2.2 FABRICATIONS A. WIREWAYS: Complete wireway system with enclosures, supports, and associated fittings, having the form and dimension suited to the application, and as manufactured by Hoffman or approved equal. PART 3 EXECUTION 3.1 INSTALLATION A. Provide systems of wireways of sufficient size where indicated. B. Size wireway cross -sectional area and length based upon conductor fill and equipment served as required by NEC and local codes. C. Install types based on environmental conditions to which exposed. END OF SECTION Pump Station Intake Meters 16115-1 June 2015 t r SECTION 16117 MANHOLES AND CONCRETE PULL BOXES FOR ELECTRICAL SYSTEMS PARTI GENERAL 1.1 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install concrete electrical manholes and pull boxes, as specified and indicated on the plans. Contractor shall be responsible for sizing all manholes and pull boxes in accordance with the National Electrical Code, Article 370 and relevant sections of the NEC. Contractor shall be responsible for setting elevations at manhole and cable entry locations to meet the intent of the specifications and plans. Electrical work shall be in accordance with Section 16010, COMMON WORK RESULTS FOR ELECTRICAL. 1.2 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS; PRECAST: Precast concrete products shall comply with the specifications and shall be produced by the following Manufacturers: (1) Brooks Products (2) American Industrial Precast Products (3) Dalworth Quickset Co. B. DESIGN CRITERIA: Concrete for precast concrete shall obtain a compressive strength of 4000 psi minimum at 28 days, and shall be an air -entrained mix of the Manufacturer's standard mix design. 1.3 SUBMITTALS Submittals shall be in accordance with Section 0133 00, SUBMITTAL PROCEDURES, and shall include: A. Manholes, pull boxes and accessories B. Contractor shall provide detailed conduit layout showing number and size of conduits entering the manholes. Cables routed in conduits shall be clearly identified. Details shall also show elevation of conduits entering manholes. Manhole details shall be submitted to the Engineer for approval prior to the duct bank/manhole system being installed. C. Manhole and Concrete Pull Box Calculations: Detailed calculations shall be submitted to the ENGINEER with the Manhole and Pull Box initial submittal. Submittals submitted without sizing calculations shall not be accepted. 1.4 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: AASHTO HS-20 "Standard Specifications for Highway Bridges" ANSI/ASTM A-15 "Zinc Coating (Hot Dipped) on Iron and Steel Hardware" Pump Station Intake Meters 16117-1 June 2015 ANSI/ASTM A-569 "Steel, Sheet and Strip, Carbon (0.15% Maximum), Hot Rolled, Commercial Quality. ASTM A-48 "Gray Iron Castings" "Zinc (Hot Galvanized) Coatings on Products fabricated from ASTM A-123 Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strips." PART 2 PRODUCTS 2.1 MATERIALS A. MANHOLE FRAMES AND COVERS: Class 30B gray cast iron conforming to ASTM A- 48; machine finished with flat bearing surfaces. B. SUMP COVERS: Class 30B gray cast iron conforming to ASTM A-48. C. PULLING IRONS: Stainless Steel bar with 7/8" diameter forming a triangle of 9" per side when set; galvanized according to ANSI/ASTM A-153 for irregularly shaped articles. D. CABLE RACK INSERTS: Stainless Steel channel inserts with a minimum load rating of 800 pounds; length to match cable rack channel. E. CABLE RACK CHANNEL: 4" x 1-1/2" x 3/16" steel channel wall bracket, 48" long, with cable rack arm mounting slots on 8" centers. F. CABLE RACKS: 2-1/2" x 14" stainless steel channel with high glazed, wet -process porcelain insulators conforming to ANSI/ASTM A-569. G. MANHOLE STEPS: Cast iron; suitable for manhole shape and construction. H. DUCT TERMINATORS: Duct terminator shall be provided at manhole walls and shall be the product of Formex Manufacturing, Inc., or approved equal. Terminators shall be formed of high impact, high strength, prime virgin acrylonitrile butadiene styrene (ABS) plastic, containing the proper number, size and arrangement of openings to receive ducts installed under this contract. Terminators shall be hollow, 6 inches outside -to -outside of interior and exterior surfaces, to allow placement of reinforcing steel inside. Terminators shall be installed in accordance with manufacturer's recommendations. Where terminators are provided only for reception of future ducts, factory -fabricated plastic plugs of proper size shall be furnished and installed in the duct opening. I. GROUND ROD: 3/4" x 10' copper clad, installed in the floor of the manhole, and all metallic cable racks, irons, etc. grounded (to the ground rod). Ground rod may be field installed, but floor penetration shall be sealed against the entrance of sewage or clear water under positive head. J. JOINT SEALANT: Flexible plastic gasket of flexible butyl resin sealant. K. DAMPPROOFING: Sonneborn, Div. of ChemRex, Inc. or approved equal. L. BITUMINOUS DAMPPROOFING (1) Cold -Applied, Emulsified -Asphalt Dampproofing: a. Brush and Spray Coats: ASTM D 1227, Type III, Class 1. Pump Station Intake Meters 16117-2 :t June 2015 -% i. i �- M. MISCELLANEOUS MATERIALS (1) Emulsified -Asphalt Primer: ASTM D 1227, Type III, Class 1, except diluted with water as recommended by manufacturer. 2.2 MIXES Concrete and reinforcing shall be in accordance with Section 03 30 00, CAST -IN -PLACE CONCRETE. 2.3 FABRICATIONS A. PRECAST CONCRETE (1) Precast concrete shall be a factory controlled product, reinforced in accordance with AASHTO HS-20 bridge loading requirements. Units shall be precast in modular sections with tongue and groove joints. Manholes shall have the following characteristics: a. Shape: Square (2) Provide a 36" diameter, grooved opening in top section. Neck and shaft diameter shall be 30" clear dimension. Provide a 12" drain opening and two (2) 1" ground rod openings in the base section. (3) Provide a window opening on each wall, large enough to permit conduit penetrations without necking off duct bank at point of entry. Openings shall be at elevations required to permit drainage and all other specification and plan requirements. Provide cable pulling irons opposite each duct entry window. (4) Include inserts for cable racks at 3" on center. Include precast manhole steps at 16" centers. PART 3 EXECUTION 3.1 PREPARATION Excavate hole for a suitably sized manhole which permits installation and inspection. Base material and backfill shall be in accordance with the Manufacturer's printed instructions and the provisions of Section 3105 16, AGGREGATES FOR EARTHWORK, of these specifications. 3.2 INSTALLATION A. PRECAST CONCRETE MANHOLES: Install manholes in accordance with the Manufacturer's printed instructions. Manholes shall be plumb and level. Use precast neck and shaft sections to bring manhole entrance to finished grade 6" above finished grade. (1) Install drains in manholes and connect to 4" PVC pipe terminating in 1/3 cu.yd. of crushed gravel bed. (2) Install a ground rod in each of two (2) base section openings with the top of the rod protruding 4" above the manhole floor. (3) Attach cable racks to inserts after manhole installation is complete. (4) Damp-proof exterior surfaces of manholes, including joints and interruptions after concrete has cured for a minimum of 28 days. Dampproofing shall be cold -applied, emulsified -asphalt damp -proofing, Apply two brush or spray coats of Dampproofmg at not less than 1.5 gal./100 sq. ft. (0.6 L/sq. m) for first coat and 1 gal./100 sq. ft. (0.4 L/sq. m) for second coat. (5) Waterproof exterior surfaces of manholes, including joints and interruptions after concrete has cured for a minimum of 28 days. Pump Station Intake Meters 16117-3 June 2015 (6) Manhole frames, pulling irons and cable rack channels shall be grounded to the ground rods. Grounding shall meet the requirements of Section 16450, GROUNDING & BONDING FOR ELECTRICAL SYSTEMS, and Articles 250 and 450 of the National Electrical Code. C. SUPPORTING CABLES ON WALLS (1) Support cables by cable racks. Provide quantity of racks by the number of conductors routed through manholes or pull box/handhole. Provide minimum of two cable hooks per rack. (2) Install a minimum of two racks on each wall in each manhole or pull box/handhole. (3) Cable racks shall be provided for installation of future conductors. (4) Instrumentation cables, power cables, and control cables shall be kept separately when routed along racks through manholes or pull box/handhole. D. GROUNDING (1) Grounding Manholes, Handholes and pull boxes: Install a driven ground rod through manhole or pull box/handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary,install ground rod before manhole or pull �' box/handhole is placed and provide No. 4/0 AWG bare, tinned -copper conductor from , ground rod into manhole through a waterproof sleeve in manhole or pull box/handhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure -sensitive insulating tape or heat -shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with waterproof, nonshrink grout. (2) Grounding Connections to Manhole or pull box/handhole Components: Bond exposed - metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard -drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Ground all metallic cable racks, supports, and ladders by #4/0 bare copper ground loop exposed on the inside walls of the manhole. Connect the copper loop to the grounding cable that is run above the duct bank and through the manhole or pull box/handhole. END OF SECTION Pump Station Intake Meters 16117-4 June 2015 �1 SECTIONS 16120 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES PART1 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 600 volt wires and cables. Electrical work shall be in accordance with Section 16010, COMMON WORK RESULTS FOR ELECTRICAL. B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.2 QUALITY ASSURANCE: TESTING Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. Megger tests shall be performed by a testing company with a minimum of 10 years' experience. 1.3 SUBMITTALS Submittals shall be in accordance with Section 0133 00, SUBMITTAL PROCEDURES and shall include: A. Low voltage wire B. Ground wire C. Shielded cable 1.4 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ICEA 5-19-81 NEMA WC-3 I Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy ICEA 5-61-402/NEMA WC-5 I Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 1.5 DELIVERY AND STORAGE Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. - Pump Station Intake Meters 16120-1 June 2015 2.1 CONDUCTORS AND CABLES A. CONDUCTORS: Soft -drawn, annealed copper with a conductivity of not less than that of 98% pure copper bearing the U.L. label. The minimal size shall be #12 unless specified otherwise on plans. Conductors #8 or larger shall be stranded. Utilize single conductors. B. SINGLE CONDUCTORS: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. Wire shall be manufactured by Southwire, Okonite, General Cable, or Encore Wire Corporation. C. GROUND WIRE: Class B stranded tin-plated conductor without insulation in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulators as specified for low voltage wire. D. PAIRED SHIELDED CABLE: Individually and overall shielded 18 gauge, 7/28 stranded, tinned copper conductors with .021" extruded PVC; .004" nylon insulation twisted into pairs, stranded into a core and enclosed by a non -hygroscopic core tape, 100% coverage, helically wound, aluminum foil shield, drain wire, and .050" minimum extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383 and shall be suitable for wet location. Cables shall be manufactured by Alpha, Okonite, General Cable, Southwire, Belden, or Houston Wire and Cable. 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: (1) AFC Cable Systems, Inc. (2) Hubbell Power Systems, Inc. (3) O-Z/Gedney; EGS Electrical Group LLC. (4) 3M; Electrical Products Division. (5) Tyco Electronics Corp. B. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. PART 3 EXECUTION 3.1 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.2 INSTALLATION ram_- (1) Conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. Pump Station Intake Meters 16120-2 June 2015 (2) Splice only injunction or outlet boxes for branch circuits. Splices for all other circuits shall be disallowed. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4AWG and larger wire. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. (3) Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit, unless indicated otherwise. (4) Properly support cables in accordance with the NEC and manufacturer's recommendations in all raceways. Provide strain relief as required. (5) The cable shall not be bent to a radius no smaller than the manufacturer cable's minimum bending radius. (6) Circuits shall not share a neutral conductor. B. SINGLE CONDUCTORS: Conductors shall be continuous from outlet to outlet and no splices shall be made except at outlets. Sufficient wire shall be left at outlets to make connections to equipment without straining. C. PAIRED SHIELDED: Ground paired shielded cables at the instrument panel or starter end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded shall not be laced with or placed in the same conduit with power cables and control cables. Each termination of paired shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable cable shall only be broken when the conductors are terminated on terminal strips. D. GROUND CONDUCTORS (1) Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electrical Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. All connections to ground rods shall be of the fused type utilizing an exothermic welding process. (2) Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean the metal surface under the grounding lug to bright metal. Grounding connections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Use Burndy KC Servit, or approved equal. The ground wire shall not be lugged to a mounting bolt. (3) Ground wire shall be uninsulated tin plated copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulation as specified for low voltage wire. Provide and size bonding conductors in accordance with the National Electrical Code. END OF SECTION Pump Station Intake Meters 16120-3 June 2015 16122 WIRE CONNECTIONS AND DEVICES PART1 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install wire connections and devices. Electrical work shall be in accordance with Section 26 05 00, COMMON WORK RESULTS FOR ELECTRICAL. 1.2 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS 600 volt connectors shall comply with the specifications and the following Manufacturers will be acceptable: (1) Burndy (2) Thomas & Betts (3) Ideal Industries (4) Minnesota Mining and Manufacturing 1.3 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES and shall include Record Data for: A. Wire connections and devices. PART 2 PRODUCTS 2.1 MANUFACTURED PRODUCTS A. CONNECTORS, COMPRESSION, COPPER, 600 VOLT: Of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two (2) holes in the tongue for use on conductor sizes 250 kcmil or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. B. 600 VOLT PLASTIC TAPE: Minnesota Mining & Manufacturing Company, No. 35. C. WIRENUTS: Silicone -based pre -filled spring wire connecting devices with plastic covering; UL listed for damp and wet locations. Wirenut shall meet requirements of UL 486D for Sealed Wire Connector Systems and shall be manufactured by Ideal Industries, Inc model 63, or as manufactured by ITT or Panduit. Wirenut shall be spring insulated, properly sized and resistant to vibration, may be used for No. 14 through No. 10 gauge conductor. D. SPLIT BOLTS: Kearney, Burndy, or Ilsco; shall be usable for connecting conductors which are both copper, both aluminum or one copper and one aluminum. Split bolts shall have a spacer between the two conductors which it connects. E. MECHANICAL SET SCREW CONNECTOR: Blackburn HPS, ADR-ALCUL, GP or GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. Pump Station Intake Meters 16122-1 June 2015 I F. RUBBER TAPE: Scotch 2210. G. VINYL TAPE: Scotch 88. H. INSULATING RESIN: Scotch 3576, 3577, or 3578. I. POWER DISTRIBUTION BLOCKS: Ferraz Shawmut, Ilsco or Allen-Bradley; rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. PART 3 EXECUTION 3.1 INSTALLATION { A. For No. 10 and smaller, connect conductors with a twist -on spring wirenut. If a splice or tap is below 3' above the final grade, fill the spring connectors with an electrical insulating resin so that conductor and spring materials are encapsulated by the resin. Conductor splices and taps inside the MCC, VFDs, panels, etc. shall be on the terminal strips or power distribution blocks. B. Splice 600 Volt conductors injunction boxes or at outlets only. C. For No. 8 and larger, connect conductors with a split bolt type of connector or a mechanical, k set screw type connector. Wrap splices and taps with a single half -lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3' above the finished grade, the tape or splice shall have a final outer coating or insulating resin. D. Furnish and install power distribution blocks as required for tapping conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. E. Pair shielded cable shield shall be broken at terminal strips only. F. Application of tape shall be in accordance with the Manufacturer's recommendations. END OF SECTION Pump Station Intake Meters 16122-2 June 2015 .a i SECTION 16130 OUTLET BOXES PART 1 GENERAL 1.1 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install outlet boxes. Electrical work shall be in accordance with Section 16010, COMMON WORK RESULTS FOR ELECTRICAL. 1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS Steel City Series 600 1.3 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES and shall include Record Data for: A. OUTLET BOXES. 1.4 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ANSUNEMA OS 1 ANSI/NEMA OS 2 PART 2 PRODUCTS 2.1 MATERIALS Sheet steel outlet boxes, device boxes, covers and box supports. Non-metallic outlet boxes, device boxes, covers and box supports. A. CAST BOXES: Die Cast aluminum, deep type, gasketed cover, threaded hubs. Use cast boxes for all installation. Boxes shall be manufactured by Crouse -Hinds, Appleton or approved equal. PART 3 EXECUTION 3.1 PREPARATION; COORDINATION OF BOX LOCATIONS A. Provide electrical boxes in the locations shown on the Plans, and as required for splices, taps, wire pulling, equipment connections, and code compliance. B. Electrical box locations shown on Contract Drawings are approximate unless dimensioned. Verify locations of boxes and outlets prior to rough -in. Outlet locations may be modified to accommodate changes in door swings, space changes or to clear other interferences that arise or from job modifications. Make such modifications at no cost to the Owner as a matter of job coordination. Coordinate job conditions and notify the Engineer of discrepancies before proceeding with the installation of the work. Set wall boxes in advance of wall construction Pump Station Intake Meters 16130-1 June 2015 t �t blocked in place, and secured. Set wall boxes flush with the finish. Install extension sleeves as required to extend boxes to finished surfaces. C. Unless otherwise noted, location of outlet boxes shall be as follows: Equipment or Outlets Toggle switches Receptacles Equipment or Outlets Flow/Level Transmitters Circular Chart Recorder Motor starters Control stations Manual starters Thermostats Telephone outlets Circuit protective devices * Above Finished Floor. Elevation *(A.F.F.) 4'0" 1'6" Elevation *(A.F.F 5'5" 5'5" 5'0" 4'0" 5'0" 4'0" 1'6" 6'6" to top of enclosure D. Locate and install boxes to allow access. Where installation is inaccessible, coordinate locations and sizes of required access doors in accordance with other sections of the specifications. 3.2 INSTALLATION A. Do not install boxes back-to-back in walls. Provide minimum 6" separation, except provide minimum 24" separation in acoustic -rated walls. B. Locate boxes in masonry walls to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat openings for boxes. C. Provide knockout closures for unused openings. D. Use multiple -gang boxes where more than one (1) device is installed together; do not use sectional boxes. Provide barriers to separate wiring of different voltage systems. E. Install boxes in walls without damaging wall insulation. F. Provide recessed outlet boxes in finished areas; secure boxes to interior wall and partition studs, position to allow for surface finish thickness. Use stamped steel stud bridges for flush outlets in hollow stud wall, and adjustable steel channel fasteners for flush ceiling outlet boxes. G. Align wall -mounted outlet boxes for switches, thermostats and similar devices. END OF SECTION Pump Station Intake Meters 16130-2 June 2015 SECTION 16131 PULL AND JUNCTION BOXES FOR ELECTRICAL SYSTEMS PARTI GENERAL 1.1 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install pull and junction boxes. The contractor shall be responsible for sizing all pull boxes and junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant sections of the NEC. Electrical work shall be in accordance with Section 16010, COMMON WORK RESULTS FOR ELECTRICAL. 1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Appleton B. Bryant C. Crouse Hinds D. Hoffman E. Hubbell F. O Z Gedney G. Raco H. Rob Roy 1.3 SUBMITTALS Submittals shall be in accordance with Section 0133 00, SUBMITTAL PROCEDURES and shall include the following shop drawings: A. Pull and Junction Boxes B. Pull and Junction Boxes Sizing Calculations: Detailed calculations shall be submitted to the Engineer with the pull and junction boxes' initial submittal. Submittals submitted without sizing calculations shall not be accepted. 1.4 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: NEMA 250 Enclosure for Electrical Equipment (1000 volts maximum) ANSI/NEMA OS 1 Sheet steel Outlet Boxes, Device Boxes, Covers and Box Supports NEC National Electrical Code Pump Station Intake Meters 16131-1 June 2015 f� PART 2 PRODUCTS 2.1 MATERIALS A. GENERAL: Exposed wall recessed pull and junction boxes shall be NEMA 4X 304L stainless steel. Pull boxes in floors shall be of galvanized malleable cast iron, with gasketed covers. Exposed pull boxes or junction boxes installed outdoors, per NEMA 250 shall be weatherproof and shall be provided with watertight gasketed covers fastened with stainless steel screws. B. NEMA 12, 14 gauge aluminum for indoor A/C area enclosures not exposed to a hazardous location, NEMA 4X 304L stainless steel for pump rooms, NEMA 4, RFP for rooms housing Chlorine, or NEMA 4X, 304L stainless steel for exterior installations and all other locations. C. NEMA 4X: NEMA 4X boxes manufactured with holes intended for mounting will not be acceptable. NEMA 4X boxes shall have factory holes or knockouts. All NEMA 4X boxes shall have continuously welded seams ground smooth, and shall have continuous hinged, foam in -place gaskets. NEMA 4X boxes shall not be less than 16 gauge stainless steel. NEMA 4X boxes shall have quarter turn type latches as manufactured by Hoffinan. D. PULL AND JUNCTION BOXES: Metal construction conforming to National Electrical Code and ANSI/NEMA OS 1. Provide hinge type for sheet metal boxes of 12" or larger in any dimension. E. FLUSH -MOUNTED PULL BOXES: Provide overlapping covers with flush -head cover retaining screws. PART 3 EXECUTION 3.1 INSTALLATION A. Use separate pull boxes and junction boxes for electric power, control and communication systems. B. Aluminum pull and junction boxes shall not be fasten directly to concrete. Provide a neoprene isolation pad between the aluminum and concrete. The neoprene pad shall extend beyond the pull/junction box. C. Install pull boxes and junction boxes where required by the National Electrical Code and wherever required to overcome mechanical difficulties. D. Install pull boxes in interior conduit at not more than 100' apart when conduit runs are not broken by junction or outlet boxes. E. Pull and junction boxes shall be accessible and not buried. F. Do not install boxes back to back in walls and provide a minimum of 6" separation, except in acoustic -rated walls, provide 24" separation. G. Support boxes independently of conduit except for cast boxes that is connected to two rigid metal conduits, both supported within 12 of box. H. Junction boxes shall have terminal strips/distribution blocks for splicing conductors where approved by the Engineer or as shown/specified on the plans. Terminal strips shall be manufactured by Allen-Bradley, Phoenix Contact or approved equal. Distribution blocks shall be per Section 16122, WIRE CONNECTIONS AND DEVICES. END OF SECTION r-, -> Pump Station Intake Meters 16131-2 June 2015 e _a I Al A. Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted. B. Coordination with Other Trades: (1) Take steps to insure that devices and their boxes are protected. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of the boxes. (2) Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. (3) Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. (4) Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: (1) Do not strip insulation from conductors until just before they are spliced or terminated on devices. (2) Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. (3) The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. D. Existing Conductors: (1) Cut back and pigtail, or replace all damaged conductors. (2) Straighten conductors that remain and remove corrosion and foreign matter. (3) Pigtailing existing conductors is permitted provided the outlet box is large enough. E. Install receptacles and switches only in electrical boxes which are clean, free from excess building materials, dirt and debris. F. Install switches, wall -mounted duplex receptacles and telephone outlets at the heights specified in Section 16130, OUTLET BOXES, unless indicated otherwise on the plans. G. Switches installed at one (1) location shall be ganged together under one (1) cover plate. 3.2 FIELD QUALITY CONTROL A. Test wiring devices to insure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. B. Tests for Convenience Receptacles: (1) Line Voltage: Acceptable range is 105 to 132 V. (2) Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. (3) Ground Impedance: Values of up to 2 ohms are acceptable. (4) GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. (5) Using the test plug, verify that the device and its outlet box are securely mounted. (6) The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION �j Pump Station Intake Meters 16140-3 June 2015 SECTION 16164 LIGHTING AND BRANCH PANELBOARDS PART1 GENERAL l�l11 % -N VJ4M8 0 K Furnish labor, materials, equipment and incidentals necessary to install lighting and branch panelboards. Electrical work shall be in accordance with Section 16010, COMMON WORK RESULTS FOR ELECTRICAL. 1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS Panelboards shall comply with the specifications and shall be by the following Manufacturers: A. General Electric B. Square D C. Eaton -Cutler Hammer. D. All others shall submit qualifications to the Owner and the Engineer for review and approval prior to bid submittal no later than one week after bid advertisement date. Any submittals after this time period shall not be evaluated. Qualifications shall include equipment manufacturer who have had at least 10 years of successful experience in providing equipment for similar projects with a generator and pump station configurations. Qualifications shall include a list of similar projects within the last 5 years with the name of the project and contact information of the Owner. 1.3 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES and shall include: A. Shop Drawings: (1) Bill of Material (2) Front Elevation with dimensions (3) Assembly ratings including short circuit ratings, continuous current and voltage (4) Cut sheet on circuit breakers (5) Master drawing index (6) Top view with dimensions (7) Nameplate schedule (8) UL Listing (9) Conduit entry/exit locations with dimensions (10) Assembly ratings including short circuit ratings, continuous current and voltage (11) Major component ratings including voltage, continuous current ratings and interrupting ratings (12) Descriptive bulletins (13) Cable terminal sizes 1.4 STANDARDS Circuit breakers, molded case, and branch circuit shall be in accordance with the applicable provisions of the following standards as if written here in their entirety: A. Fed. Spec. W-C-375 Pump Station Intake Meters 16164-1 June 2015 B. NEMA AB 1 Molded Case Circuit Breakers and their application. C. NEMA PB 1 Panelboards D. UL 67 Panelboards 1.5 DELIVERY AND STORAGE Equipment shall be handled and stored in accordance with the manufacturer's instructions. Equipment shall be protected from damage. 1.6 WARRANTY The manufacturer shall warrant the equipment to be free from defects. 1.7 QUALITY ASSURANCE A. Manufacturer shall be ISO 9001 2000 or later certified. B. Manufacturer shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. PART 2 PRODUCTS A. Panelboards shall consist of a box, front, interior and circuit protective devices and shall be manufactured in accordance with NEMA PB 1 and bearing the applicable U.L. labels. B. Panelboards shall be three wire, single phase or four wire, three phase as scheduled or required. Panelboards shall be NEMA 4X stainless steel and suitable for surface mounting. Panelboards shall contain sequence style busing and full capacity neutral, composed of an assembly of bolt -on, molded case, automatic breakers with thermal and an instantaneous, magnetic trip in each pole and a trip -free position separate from either the "On" and the "Off' positions. Two (2) and three (3) pole circuit breakers shall simultaneously open all poles. Circuit breakers, molded case and branch circuits shall be in accordance with Fed. Spec. W- C-375. C. The voltage rating, phase, number of wires and ampere rating shall be as indicated and scheduled on the plans. D. The panelboard box shall be fabricated of code gauge, galvanized sheet steel in accordance with U.L. standards and have turned edges around the front for rigidity and frontal clamping. Provide standard knockouts on the panel enclosures. E. The panelboard front shall be fabricated of sheet steel and finished with a baked on gray enamel over a rust inhibitor. Each front shall have a door mounted on semi -concealed hinges with a cylinder lock, an index card and a card holder. Panelboard locks shall be master keyed, with two (2) keys furnished for each panel board. Index cards shall be properly typewritten. F. The interior of the panelboard shall consist of a factory -assembled, rigid frame supporting the rectangular bus, the mains and the neutral bar. G. All busings including neutral and ground bus shall be tin-plated copper and arranged for sequential phasing throughout. The bus bar shall be sized so that the temperature rise is Pump Station Intake Meters 16164-2 June 2015 limited in accordance with NEMA standards. The insulated neutral bar shall be located at the opposite end of the structure from the mains. H. Panelboards shall have either solderless lugs or a main circuit protective device as scheduled. Each enclosure shall have grounding lugs and uninsulated equipment grounding terminals. 2.2 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers. B. Circuit breakers shall be molded case, bolt in type. C. Single pole circuit breakers serving fluorescent lighting loads shall have the SWD marking. Circuit breakers serving air conditioning branch loads shall be U.L. listed as type HACR. D. Each circuit breaker used in 120/240 Volt or 120/208 Volt Panelboards shall have an interrupting capacity of not less than 14,000 Amps, RMS symmetrical unless indicated otherwise. Series rating of panelboard and circuit breakers shall not be acceptable. E. Circuit breakers shall be manufactured by the panelboard manufacturer. F. The panelboard and circuit breaker interrupting capacities and rating shall be equal to or greater than the fault currents available to each panelboard. Series rating of breakers shall not be permitted. . , 2.3 SURGE PROTECTION DEVICES A. Surge Protection Device Description: IEEE C62.41-compliant, internally mounted, wired -in, solid-state, parallel -connected, modular (with field -replaceable modules) type, with sine - wave tracking suppression and filtering modules, UL 1449, third edition Type 1, short-circuit current rating matching or exceeding the switchboard short-circuit rating, and with the following features and accessories: (1) Fuses, rated at 240-kA interrupting capacity. (2) Fabrication using bolted compression lugs for internal wiring. (3) Integral disconnect switch/circuit breaker. (4) Redundant suppression circuits. { (5) Redundant replaceable modules. { (6) Arrangement with wire connections to phase buses, neutral bus, and ground bus. (7) LED indicator lights for power and protection status. (8) Audible alarm, with silencing switch, to indicate when protection has failed. (9) Form-C contacts rated at 5 A and 250-V ac, one normally open and one normally closed, for remote monitoring of system operation. Contacts shall reverse position on failure of any surge diversion module or on opening of any current -limiting device. Coordinate with building power monitoring and control system. (10) Four -digit, transient -event counter set to totalize transient surges. B. Peak Single -Impulse Surge Current Rating: 240kA per mode. C. For Panelboards in Category C locations, Withstand Capabilities: 12,000 IEEE C62.41, Category C3 (10 kA), 8-by-20-mic.sec. surges with less than 5 percent change in clamping voltage. - D. Protection modes and UL 1449 3rd edition VPR for grounded wye circuits with 480Y/277V, 208Y/120V, three-phase, four -wire circuits shall be as follows: (1) Line to Neutral: 1200 V for 480Y/277V and 800 V for 208Y/120V. (2) Line to Ground: 1200 V for 480Y/277V and 800 V for 208Y/120V. Pump Station Intake Meters 16164-3 June 2015 a (3) Neutral to Ground: 1200 V for 480Y/277V and 800 V for 208Y/120V. E. Protection modes and UL 1449 3rd edition VPR for 240V, single-phase, three -wire circuits shall be as follows: (1) Line to Line: 1200 V for 240V. (2) Line to Ground: 1200 V for 240V. PART 3 EXECUTION 3.1 INSTALLATION A. Install the panelboard in accordance with applicable codes at each location indicated on the plans. Provide filler plates for unused spaces in the panelboard. All labeling shall be in accordance to Section 26 05 00, COMMON WORK RESULTS FOR ELECTRICAL tjPAz/:11STI go 9 14.15 A. For in door applications with Air Conditioning: Plastic, white 1" letters on black background, on the front of each door on the switchgear; identifying the compartment contents for each compartment. i B. All other applications: Plastic, black 1" letters on white background, on the front of each door 1 on the switchgear; identifying the compartment contents for each compartment. C. Attach nameplates with a stainless steel screw and nut at each end of the nameplate. Adhesive backed nameplates shall not be installed. El END OF SECTION Pump Station Intake Meters 16164-4 June 2015 SECTION 16170 DISCONNECTS PART1 GENERAL 1.1 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install disconnects as specified herein and as shown on the contract drawings. Electrical work shall be in accordance with Section 16010, GENERAL ELECTRICAL REQUIREMENTS. 1.2 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Disconnects shall comply with the specifications and shall be by the following Manufacturers: (1) General Electric (2) Eaton -Cutler Hammer (3) Square D B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. D. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.3 SUBMITTALS Submittals shall be in accordance with Section 0133 00, SUBMITTAL PROCEDURES and shall -- include: A. Disconnects including: (1) Dimensioned outline drawing (2) Conduit entry/exit locations (3) Switch ratings including: t a. Short-circuit rating b. Voltage c. Continuous current (4) Fuse ratings and type - (5) Cable terminal sizes (6) Product data sheets 1.4 STANDARDS A. The switches and all components shall be designed, manufactured and tested in accordance with the latest applicable standards. The applicable provisions shall apply as if written here in their entirety: (1) NEMA KS-1 (2) UL 98 (3) ANSI/UL - 198E i Pump Station Intake Meters 16170-1 June 2015 (4) NEMA RS 1 (5) Fed. Spec. FS-WS-865 1.5 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. PART PRODUCTS 2.1 MANUFACTURED PRODUCTS A. ENCLOSURES: NEMA 12 for air conditioned rooms, and NEMA 4X 304L stainless steel for all other locations, unless noted otherwise on plans. Furnish enclosures with interlocking covers with maintenance defeat feature and external front -operated flange -mounted switch levers. Disconnects shall have provisions for the use of three (3) safety padlocks in the "Off' position. Furnish horsepower rated switches for motor circuits. The fuse interrupting rating shall be 200,000 rms amperes. B. HEAVY-DUTY SAFETY SWITCHES: Class "R" or non -fusible; of the required ampere rating, or as indicated on the plans; heavy duty, quick -make, quick -break, 3-phase, 3-pole switches, unless otherwise indicated on plans. Provide mechanical lugs for suitable for copper conductors. (1) Construction a. Switch blades and jaws shall be visible and plated copper b. Switches shall have a red handle that is easily pad -lockable with three 3/8-inch shank locks in the OFF position c. Switches shall have defeatable door interlocks that prevent the door from opening when the handle is in the ON position (except for double -throw switches). Defeater mechanism shall be front accessible d. Switches shall have deionizing arc chutes e. Switch assembly and operating handle shall be an integral part of the enclosure base. f. Switches rated 30 A to 600 A shall have reinforced fuse clips g. Switch blades shall be readily visible in the "ON" and "OFF" position h. Switch operating mechanism shall be non-teasable, positive quick-make/quick-break type. Bail type mechanisms are not acceptable i. Fusible switches shall be suitable for service entrance equipment (except for 4-pole switches and 1200 A when used on 480Y/277 or 600Y/347 grounded WYE systems) j. Switches shall have line terminal shields (except for non -fusible double throw switches) k. Switches shall be suitable for systems capable of 200 kA at 480 V with Class J, L, R, or T fusing as applicable for single -throw switches; 100 kA at 600 V for double - throw switches 1. Embossed or engraved ON -OFF indication shall be provided m. Double -make, double -break switch blade feature shall be provided n. Fuse pullers shall be provided on all NEMA 4X and 12 switches through 200 A o. Renewal parts data shall be shown on the inside of the door PART 3 EXECUTION 3.1 INSTALLATION Pump Station Intake Meters 16170-2 June 2015 i A. Install disconnect switches as required by the National Electrical Code. Install fuses in fusible disconnect switches. B. Install individual wall -mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses in fusible devices. 3.2 IDENTIFICATION A. Comply with requirements in Specification 16010 General Electrical Requirements. B. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. C. Label each enclosure with engraved metal or laminated -plastic nameplate. 3.3 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified NETA Certified testing agency to perform tests and inspections. B. Acceptance Testing Preparation: (1) Test insulation resistance for each enclosed switch and circuit breaker, component, connecting supply, feeder, and control circuit. (2) Test continuity of each circuit. C. Tests and Inspections: (1) Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. (2) Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. (3) Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each enclosed switch and circuit breaker. Remove front panels so joints and connections are accessible to portable scanner. b. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. (4) Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. D. Enclosed switches and circuit breakers shall be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies enclosed switches and circuit breakers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.4 ADJUSTING Pump Station Intake Meters 16170-3 June 2015 4__ —, A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer.. Pump Station Intake Meters 16170-4 June 2015 t t..r SECTION 16190 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.1 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. This Section includes the following: (1) Hangers and supports for electrical equipment and systems. (2) Construction requirements for concrete bases. 1.2 PERFORMANCE REQUIREMENTS A. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. B. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. 1.3 SUBMITTALS Submittals shall be in accordance with Section 0133 00, SUBMITTAL PROCEDURES and shall include Record Data. 1.4 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Comply with NFPA 70. 1.5 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. PART 2 PRODUCTS 2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4, factory -fabricated components for field assembly. (1) Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. c. ERICO International Corporation. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd. g. Wesanco, Inc. - Pump Station Intake Meters 16190- 4 June 2015 1, 1 1 i-, (2) Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coat-ing applied according to MFMA-4. (3) Channel Dimensions: Selected for applicable load criteria. (4) Slotted channel shall be 304L stainless steel. B. Raceway and Cable Supports: As described in NECA 1 and NECA 101. C. Conduit and Cable Support Devices: 304L stainless steel hangers, clamps, straps and asso- ciated fittings, designed for types and sizes of raceway or cable to be supported. D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; 304L stainless steel. E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: (1) Mechanical -Expansion Anchors: Insert -wedge -type, stainless steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti Inc. 4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 5) MKT Fastening, LLC. (2) Concrete Inserts: Stainless Steel, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. (3) Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. (4) Through Bolts: 304L Stainless Steel, Structural type, hex head, and high strength. Comply with ASTM A 325. (5) Toggle Bolts: 304L Stainless steel springhead type. (6) Hanger Rods: Threaded 304L stainless steel. (7) Washers: 304L Stainless steel. PART 3 EXECUTION 3.1 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for RIGID METAL CONDUIT as required by NFPA 70. Minimum rod size shall be 1/2 inch in ; 3 diameter. C. Multiple Raceways or Cables: Install trapeze -type supports fabricated with stainless steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1__1 r Pump Station Intake Meters 16190- 4 June 2015--i E. i, t (1) Secure raceways and cables to these supports with single -bolt conduit clamps using spring friction action for retention in support channel. 3.2 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, RIGID METAL CONDUIT may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: (1) To Wood: Fasten with lag screws or through bolts. (2) To New Concrete: Bolt to concrete inserts. (3) To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. (4) To Existing Concrete: Expansion anchor fasteners. (5) To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. (6) To Light Steel: Sheet metal screws. (7) Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.3 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 3000-psi, 28-day compressive -strength concrete. C. Anchor equipment to concrete base. (1) Place and secure anchorage devices. Use supported equipment manufacturer's set-ting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. (2) Install anchor bolts to elevations required for proper attachment to supported equipment. (3) Install anchor bolts according to anchor -bolt manufacturer's written instructions. END OF SECTION Pump Station Intake Meters 16190- 4 June 2015 r, SECTION 16402 a UNDERGROUND ELECTRICAL SERVICE PART GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to provide underground electrical service. Furnish materials including but not limited to manholes, ladders, duct, spacers, couplings, bends, elbows, adapters, reinforcing steel, concrete, and plugs. The Contractor shall be responsible for inspection, unloading, handling, hauling, and storing the duct system materials until acceptance. B. Electrical work shall be in accordance with Section 16010, COMMON WORK RESULTS FOR ELECTRICAL. This Section describes the electrical duct bank and manhole system, as shown on the Plans. 1.2 SUBMITTALS A. Submittals shall be in accordance with Section 01300, SUBMITTAL PROCEDURES and shall include: (1) Shop Drawings to include cut sheets of each material to be used on the project. 1.3 STANDARDS The applicable provisions of the following standards shall apply as if written herein in their entirety: ASTM A615 Standard Specification for Billet -Steel Bars for Concrete Reinforcement of Intermediate Grade 1 ASTM A305 Standard Specification for Minimum Requirements PART 2 PRODUCTS 2.1 MANUFACTURED PRODUCTS A. ELECTRICAL DUCT: Type PVC Schedule 40, concrete encased, unless otherwise noted. B. CONDUIT: In accordance with Section 16111, CONDUITS. C. CONCRETE AND GROUT: hi accordance with Section 03300, CAST -IN -PLACE CONCRETE, for 4000 psi concrete. D. ELECTRICAL DUCT BANK MANHOLES: See Section 16117, MANHOLES AND CONCRETE PULL BOXES FOR ELECTRICAL SYSTEMS. E. DUCT TERMINALS: Formex Mfg., Inc. or equal. F. SPACERS: Vertical -Lock, as manufactured by Underground Products of Troy, Michigan, or approved equal. PART 3 EXECUTION Pump Station Intake Meters 16402-1 r _ June 2015 3.1 PREPARATION Inspect the interior of the duct and other duct materials and remove moisture, oil, grease, asphalt, or other foreign matter. Mandrel and swab clean ducts. 3.2 INSTALLATION A. EQUIPMENT: Furnish necessary equipment for the safe and efficient installation of the duct system, using equipment which is adequate and suitable for the installation. Proposed tools equipment, or methods for performing the work shall be subject to the Engineer's approval. (1) Unless otherwise specified, construct duct banks in open -cut trenches with vertical or a combination of vertical and sloped sides. Sheath and brace trenches to the extent necessary to maintain the stability of the excavation and provide full safety for the workmen throughout the construction period. Adequacy of sheathing and bracing shall be the responsibility of the Contractor and shall meet or exceed the minimum trenching requirements as specified in Section 3123 33.13, TRENCH SAFETY. (2) Where the soil encountered at established footing grade is quicksand, muck or similar unstable material as determined by the Engineer, remove the unstable soil to a depth where stable material is encountered. The depth of the footing shall be increased to the depth of stable material or replaced as directed by the Engineer. C. PROTECTION OF OTHER UNDERGROUND FACILITIES: Take measures to maintain l the stability and otherwise protect existing structures and utilities which are required to remain in place. Exercise particular care to avoid the cutting or breakage of petroleum product lines, other Contractors' utility lines, and underground irrigation pipes. Verify the location of these lines. D. BACKFILL AROUND DUCTS AND MANHOLES: Trenching and backfill shall be in accordance with Section 3123 10, STRUCTURAL EXCAVATION AND BACKFILL. E. INSTALLATION OF MANHOLES: Construct manholes prior to the installation of the duct or cable in the trench. The locations and elevations of manholes shall be as shown on the plans and profile drawings. Construct the manholes in accordance with the plans and specifications. After the completion of the manhole, backfill the area as specified. The cover over the manhole shall be in accordance with the plans. F. PRECAST CONCRETE: Install precast units plumb and true. Make joints watertight by the use of sealant at each joint and roof of manhole. Remove excess sealant. . G. DUCT TERMINATORS (1) Provide duct terminators where shown on the plans. Where terminators are provided only for reception of future ducts, furnish and install factory -fabricated locking caps of the proper size in the duct openings. The terminator membrane shall remain undisturbed. (2) Where openings in a given terminator are not used, install the duct line to the lowest positions in the terminator unless indicated otherwise on the plans. Cover remaining openings with locking caps installed outside of the manhole with the membrane left in place and undisturbed. H. CONCRETE ENCASED UNDERGROUND DUCTS Pump Station Intake Meters 16402-2 June 2015 t, (1) Install underground duct banks in the configurations shown on the plans. Store ducts on .s flat surfaces to avoid warping or deterioration, and protect stored ducts from the direct sunrays. (2) Install duct banks at elevations and grades shown on the profile plans. Ducts shall slope uniformly at not less than 4" per 100', or more than 60" per 100' unless indicated otherwise in the plans or approved by the Engineer. Arrange duct banks to drain into manholes with no low pockets in the duct runs. y (3) The duct banks shall be complete in the trench before any sand is poured. Install spacers at a minimum of 5' intervals. Assemble the duct joints with a solvent cement and apply 1 as directed by the Manufacturer. Stagger all adjacent duct joints at least 6" so that no two lie in the same transverse vertical plane. However, joints may be placed side by side -' horizontally. These provisions shall also apply at all capped ducts installed for future extensions. (4) Fabricate duct runs with standard factory fittings and accessories. Wherever possible, make changes of horizontal and vertical direction with long sweeping bends of at least 2' bend radius or larger as required by the minimum bending radius of the cables, whichever } is greater. Make bends of less radius only with expressed permission of the Engineer, unless noted on the plans. Make long, sweeping bends with one or more curved or straight sections of duct. Manufactured bends, where permitted, shall have a minimum radius of not less than 10 times the nominal duct diameter. (5) Ducts terminating in plastic terminators in the manholes shall be completely seated and attached to the terminators by using a solvent cement as recommended by the terminator Manufacturer. (6) During construction, protect partially completed duct lines from the entrance of dirt and debris by means of suitable factory -made duct plugs. After completion of installation, seal ends of ducts which do not terminate at a manhole with factory -made expanding duct plugs made to fit the manhole duct terminator openings. Seal ends of duct stubs in the system provided for future extension using plastic caps. (7) After the ducts are installed, complete with the concrete envelope, pull a mandrel through ) every duct to check for alignment and clear passage. Use an iron shod mandrel of a diameter 1/4" less than the bore of the duct and of a length equal to the duct diameter. The mandrel shall have a leather or rubber gasket slightly larger than the bore of the duct. After testing the ducts with the mandrel, pull a still -bristled brush of the same diameter through each duct until it is clear of all particles of earth, sand, gravel, or other debris. _ Install the duct plugs immediately. (8) Install a 1500-pound test nylon pull -line in every duct run. Double back the ends into the ducts to permit installation of duct plugs or tie to pulling iron as required. (9) Conduits shall enter manhole a minimum of 12" above the finished floor of the electrical manhole. ; I. REINFORCING STEEL (1) Clean reinforcing steel free of loose rust, mill scale, ice, or other coatings. Following any substantial delay after placing, inspect and reclean reinforcement before pouring concrete. (2) At points where reinforcing bars lap or splice, provide a wide -tied minimum lap of 40 bar diameters, unless otherwise indicated. Stagger splices or laps in adjacent bars. Wire ties for splices and laps shall be made with 16 gauge, black annealed wire, and furnished by Contractor. Welded splices will not be accepted unless prior authorization is granted by the Engineer. Pump Station Intake Meters 16402-3 June 2015 i 'L J (3) Position reinforcing steel accurately as directed on the plans, and hold rigidly in place during pouring using spacers, chairs, or other approved supports. Holding the steel in place by hand during concrete placing shall not be permitted. J. CONCRETE (1) Furnish all concrete. Concrete shall be red and in accordance with Section 03300, CAST -IN -PLACE CONCRETE for 3000 psi concrete. (2) Prior to depositing, determine the slump of concrete. Concrete slump will be a maximum of 5" and a minimum of V. (3) Use care during the removal of forms to prevent damage to the concrete. Backfill as soon as possible after the forms are removed. K. GROUND ROD INSTALLATION: Install ground rod, 3/4" x 10' in the following manner. Where installed in primary openings, install ground rod near the corner of opening with 6" exposed above the pad. Where in continuous pad or in manholes, install ground rods in 6" diameter opening. Opening may be framed using a short piece of 6" plastic conduit. Leave 6" exposed above the pad or floor. L. GROUNDING (1) Install #4/0 AWG bare copper ground cable that follows the route of the duct banks on top of the duct bank envelop, but in no case is embedded in the concrete. Run ground through the manholes. (2) Connect the ground cables of the duct bank to the nearest buried ground loop at both ends. (3) Ground all metallic cable racks, supports, and ladders by #4/0 bare copper ground loop exposed on the inside walls of the manhole. Connect the copper loop to the grounding cable that is run above the duct bank and through the manhole. END OF SECTION Pump Station Intake Meters 16402-4 June 2015 SECTION 16450 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS PART1 GENERAL Una Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 16010, COMMON WORK RESULTS FOR ELECTRICAL. 1.2 SUBMITTALS Submittal shall be in accordance with Section 013300, SUBMITTAL PROCEDURES and shall include: A. Grounding materials, equipment and processes. B. Product Data: For each type of product supplied. C. Field quality -control test reports. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. 1.4 JOB CONDITIONS Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. Add ground rods as required to bring resistance to 5 ohms and connect to grounding system. PART 2 PRODUCTS 2.1 MATERIALS A. GROUND RODS: Copper-cladded steel, having a diameter of 3/4" and a minimum length of 10'. The copper shall be molecularly bonded to the nickel -sealed, high -strength steel cores. The copper cladding shall have a uniform plating thickness. The ground rods shall exceed the requirements of ANSFUL 467-1984, CSA, and ANSUNEMA GR-1 B. GROUND CABLES: Stranded, bare tinned copper of 98% conductivity and as specified in Section 16120, LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES. C. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall be FCI Bumdy Corp., type NE or Thomas & Betts No. 3951 series. Pump Station Intake Meters 16450-1 June 2015 ( D. GROUND ROD BOXES: Precast Box with cast iron lid. Lid shall read "ground rod" on lid. Brooks Precast Model. "3-RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHTO HS-20 rating. E. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS — as manufactured by ERICO products or approved equal. 2.2 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. The use of mechanical type connections is not acceptable. B. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. 2.3 GROUNDING SYSTEM Provide a complete grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. Grounding system shall be installed and sized in accordance with the National Electrical Code. PART 3 EXECUTION 3.1 INSTALLATION A. Conductor Terminations and Connections: (1) Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. (2) Underground Connections: Exothermically welded connectors, except at test wells and as otherwise indicated. (3) Connections to Ground Rods at Test Wells: Exothermically welded connectors. (4) Connections to Structural Steel: Exothermically welded connectors. B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 12" below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. If ground cables are exposed, run in conduits for added protection. D. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. E. Install a green -colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. F. Where ground wire is directly buried in earth or concrete, use stranded bare tinned copper cable, in all other cases install a green -colored insulation, equipment grounding conductor in accordance with Section 16120, LOW VOLTAGE ELECTRICAL CONDUCTORS & Pump Station Intake Meters 16450-2 June 2015 CABLES. Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. Provide grounding and bonding jumpers as required per the NEC and sized in accordance with the NEC. H. Provide exothermic weld connection for extension to existing stub -up ground conductors. I. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. (1) Provide grounding and bonding jumpers as required per the NEC. (2) Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. (3) Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. (4) Use exothermic -welded connectors for outdoor locations, but if a disconnect -type connection is required, use a bolted clamp. J. Grounding and Bonding for Piping: (1) Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug -type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. (2) Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. (3) Bond each aboveground portion of gas piping system downstream from equipment EJ? shutoff valve. K. Liquid tight flexible metal conduit in sizes 1-1/2" or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. Bonding jumpers shall be insulated copper conductors. Contractor shall provide bonding jumpers sized in accordance with the National Electrical Code. L. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC and sized in accordance with the NEC. M. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250. N. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner's Representative. O. Ground rod shall be installed such that the top of the ground rod is 6" below grade and enclosed by a ground rod box. P. Grounding Manholes, Handholes and Pull Boxes: Install a driven ground rod through i i manhole or handhole floor, close to wall, and set rod depth so 4 inches will extend above `5 Pump Station Intake Meters 16450-3 June 2015 L,. finished floor. If necessary, install ground rod before manhole is placed and provide No. 4/0 AWG bare, tinned -copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure -sensitive insulating tape or heat -shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with waterproof, nonshrink grout. Q. Grounding Connections to Manhole Components: Bond exposed -metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard -drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Ground all metallic cable racks, supports, and ladders by #4/0 bare tinned copper ground loop exposed on the inside walls of the manhole. Connect the copper loop to the grounding cable that is run above the duct bank and through the manhole. 3.2 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer's recommendation using the fall of potential method. C. All test equipment provided under this section shall be approved by the Engineer. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. Provide additional ground rods and conductors as required to bring the resistance to five ohms. END OF SECTION Pump Station Intake Meters 16450-4 June 2015 SECTION 16500 LIGHTING PARTI GENERAL 1.1 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install light fixtures, complete with lamps, ballasts and other incidentals. Electrical work shall be in accordance with Section 16010, COMMON WORK RESULTS FOR ELECTRICAL. 1.2 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS Lamps shall comply with the specifications and shall be by the following Manufacturers: (1) General Electric (2) Sylvania 1.3 SUBMITTALS A. Submittals shall be in accordance with Section0l 33 00, SUBMITTAL PROCEDURES and shall include: (1) Product data sheets for fixtures, lamps and photocells (2) Performance curves for light fixtures 1.4 DELIVERY AND STORAGE Ship light fixtures inside protective cartons and keep packaged until installed. Deliver lamps to the job site in the original packing cases and sleeves. 1.5 JOB CONDITIONS A. Provide cold weather ballasts in fixtures which are subject to temperatures below 32 degrees F. B. Provide special mounting, enclosures and fire-safing, as required by the authorities having jurisdiction so that the integrity of the U.L. listed ceiling assembles is maintained. C. Provide U.L. labels where fixtures are subject to moisture. Provide DL or WL label on fixtures required for the location. D. Contractor shall verify voltages with ballasts and power supplies prior to ordering fixtures. PART 2 PRODUCTS 2.1 MATERIALS A. PLASTIC LENS: Lens for fluorescent fixtures shall be virgin acrylic with a minimum thickness of 0.125". B. PHOTOCELL: Fully adjustable from two (2) to 50' candles with SPST contacts; rated 1500 watts at 120 VAC. Cells shall have a built in time delay of five (5) seconds. C. BALLASTS: Ballast for fluorescent lamps shall be high power factor, dual protected, Class P, one (1) or two (2) lamps as required, unless otherwise specified on the plans; manufactured Pump Station Intake Meters 16500-1 June 2015 i L! No Text in accordance with CBM standards, ETL certified, U.L. approved, and sound rated "A"; protected by a built-in, resetting, thermal protector. Ballasts for high intensity discharge lamps shall be high power factor, potted and encapsulated. The starting current shall not exceed the running current. Ballast shall be compatible in design to the specified lamps. Fluorescent ballasts shall be manufactured by Advance and by the manufacturer of the light fixture for Hi -Intensity ballasts. D. LAMPS (1) FLUORESCENT: Cool white; rapid start, unless otherwise specified or indicated. (2) INCANDESCENT: Inside frosted; 130 volt general service, unless otherwise specified or indicated. (3) METAL HALIDE: Phosphor -coated, unless otherwise specified or indicated; self - extinguishing type when the outer lamp envelope is broken. E. EXIT LIGHTS: Single or double face unit as required for each location, with arrows to clearly define the path of egress and which flash at a rate not exceeding five (5) hertz. Provide battery -powered exit lights if the exits lights are not served with an emergency power source. PART 3 EXECUTION 3.1 INSTALLATION A. Provide the lighting fixtures, as specified and scheduled on the plans. If a type designation is omitted, verify the fixture selection with the Engineer before installation. B. Check the architectural finishes and provide fixtures with proper trim, frames, support hangers and other hardware required to coordinate with the proper finishes, regardless of the specified or scheduled catalog number, prefixes and suffixes. C. Fixtures which are tandem -mounted and recessed in gypboard or plaster ceilings shall be yoke -mounted. D. Test and aim flood lights, when dark outside to provide a uniform and widespread, illuminated area. Direct units as indicated or instructed by the Engineer to prevent objectionable glare. E. Furnish and install photocells where indicated on the plans. Cells shall face a northerly direction. F. Furnish and install exit lights where scheduled and indicated on the plans. Locate fixtures on the ceiling or wall, as required by the Engineer. Provide relays and the necessary wiring to provide a flashing exit light system upon the activation of a fire alarm. Install exit lights in accordance with Paragraph (Q)(2) of the Handicapped Accessibility Act of Texas. G. Furnish and install a complete exterior lighting control system, as indicated on the plans. Provide materials and equipment to properly interface timing devices and photocells with relays and contactors so that a complete and satisfactory operating system is rendered. [c ►���I�1\�rV1�7:\��1�1.�Y Immediately before final inspection, clean all fixtures, inside and out, including plastics and glassware. Adjust all trim to properly fit adjacent surfaces. Replace broken or damaged parts. Lamp and test all fixtures for electrical, as well as, mechanical operation. 3.3 SPARE PARTS I t Pump Station Intake Meters 16500-2 June 2015 A. Lamps: Furnish at least one of each type. B. Plastic Diffusers and Lenses: Furnish at least one of each type. C. Ballast: Furnish at least one of each type. D. Globes and Guards: Furnish at least one of each type END OF SECTION Pump Station Intake Meters 16500-3 Tune 2015