HomeMy WebLinkAboutResolution - 2024-R0347 - PW Contract 18109, With Winston Electric Inc., Dba Acme Electric Company - 08/13/2024Resolution No. 2024-R0347
Item No. 6.11
August 13, 2024
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, Public Works Contract No. 18109 for West Lubbock
water system expansion early procurement as per ITB 24-18109-KM, by and between the City
of Lubbock and Winston Electric, Inc. dba Acme Electric Company, Texas, 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 City Council.
Passed by the City Council on Au�ust 13, 2024 __ __
�
ARK W. MC RAYER, M OR
ATTEST:
Courtney az, ity Secretary
APPROVED AS TO CONTENT:
�°� � `
Erik Rejino, Assistant City Manager
APPROVED AS TO FORM:
�
elli Leisure, Senior Assistant City Attorney
ccdocslRES.Public Works Contract 18109 W. Lubbock water system expansion
8.7.24
R�� ISFn
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE: June 25, 2024
PROJECT NUMBER: ITB 24-18109-KM, West Lubbock Water System Expansion Early Procurement
Bid of W�nston Electric, Inc. dba Acme Electric Company (hereinafter cal(ed
Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your tnvitation to Bid for the construction of the referenced project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding
the construction of the intended project including the availability of materials and labor, hereby intends to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications
and contract documents, within the time set forth therein and at the price stated.
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.
Low Voltage Distribution No Transformers will be included in this proposal
Transformer Manufacturer
Low Voltage Switchboard Square D
Manufacturer
Panelboard Manufacturer No Panelboards will be included in this proposal
Low Voltage VFD Danfoss
Manufacturer
Generator Manufacturer Cummins
ATS Manufacturer Cummins/ASCO
: .. . • . . ••. . :.. • . . . .. . . �. � _ �
. .
- ---- - �. -- - - -
. �
iii _ - -
ii .. ... .. _.- „ �. .�. .. . .. .. .
. .
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Bidders.
Due to generator lead times exceeding the 730 calendar days Acme takes exception to the bid
requirements above.
Acme excludes any liquidated damages.
City of Lubbock, TX
Public Works
ITB 24-18109-KM
West Lubbock Water System Expansion Early Procurement
Winston Electric, Inc. dba Acme Electric Company of Lubbock, TX
QTY Unit Extended
# Items +/- U� Price Cost
Base Bid
#1-1 Furnish, test, deliver and provide competent 1 LS No Bid No Bid
service technician for Low Voltage Distribtuion
Transformers, complete as specified herein.
# 1-2 Furnish, test, deliver and provide competent
service technician for Low Voltage Switchboards,
complete as specified herein.
#1-3 Furnish, test, deliver and provide competent
service technician for Panelboards, complete as
specified herein.
1 LS
1 LS
3 EA
$118,000.00
No Bid
$118,000.00
No Bid
# 1-4 Furnish, test, deliver and provide competent
service technician for three low voltage variable
frequency drives fully compatible with the
proposed pumping units PS 17-P 1 through PS 17-
P3 with a guaranteed efficiency greater than 95%
at 100% speed and 100% load and 94% at 75%
speed complete as specified herein.
#1-5 Cost for witnessed tests of Variable frequency
drives for by two representatives of the Owner
# 1-6 Furnish, test, deliver and provide competent
service technician for one three phase generator
with a rated capacity of 1500 kW/1875kVA and a
power factor of 0.80, complete as specified herein.
# 1-7 Furnish, test and deliver one sound enclosure
compatible with Pay Item 6 with noise attenuation
to 70dB at 23 feet, complete as specified herein.
# 1-8 Cost for witnessed tests of Packaged Engine
Generator for Pump Station 17 by two
representatives of the Owner
$130,900.00
LS $28,700.00
LS $1,117,700.00
LS $575,600.00
LS $63,300.00
$392,700.00
$28,700.00
$1,117,700.00
$575,600.00
$63,300.00
City of Lubbock, TX
Public Works
ITB 24-18109-KM
West Lubbock Water System Expansion Early Procurement
Winston Electric, Inc. dba Acme Electric Company of Lubbock, TX
QTY Unit Extended
# Items +/- U� Price Cost
#1-9 Furnish, test, deliver and provide competent 1 LS $90,600.00 $90,600.00
service technician for Low Voltage Automatic
Transfer Switches, complete as specified herein.
# 1-10 Equipment procurement package completely as
shown in the plans and specifications excluding
Pay Items: 1-9.
1 LS
1 LS
$63,300.00
$63,300.00
#1-11 Add (+) or Deduct (-) 1 Provision is made for
Offeror to include an addition or deduction in his
proposal, if he wishes, to reflect any last-minute
adjustments in price. This addition or subtraction
will be applied to pay item 10.
No Bid
Total (Items 1-1 through 1-11):
No Bid
$2,449,900.00
REVISED
Bidder understands that t{�e Owner reserves the right to reject any or all bids and to waive any formality in the
bidd ing.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after
the scheduled closing time for receiving bids.
The undersigned Ridder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and cont►•act documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety
company, �ayable without recourse to the order of the City of Lubbock in an amount not less than five percent
(5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain al)
required insurance policies, and execute all necessary bonds (if required) within l0 business days after notice
of award of the contract to him.
Clarifications:
1. Acme is only including the equipment (1- Switchboard, 3- VFDs, 1- ATS, and 1- Generator)
delivery and testing as per specs. No labor is included to install, unload, set in-place, etc.
2. Fuel for generator is excluded.
3. Generator lead times are 4-6 weeks for submittal and 104+ weeks after submittals are approved.
These are estimated and subject to change.
Notes:
1. Value Engineering options are available if owner/engineer would be interested.
2. There may be options to shorten lead times of generator. We can get with the sales reps for more
information.
kF:v�sF:�
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum ot
5% GAB DOIIaI'S �$ 5°k GAB ), Which it is agreed shall be collected and
retained by the Owner as (iquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within 10 business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. #� Date osiosr2a
Addenda No. #2 Date osi� �i2a
Addenda No. Date
Addenda No. Date
M/WBE
Firm:
Date: osnsi2o2a
Authorized Signature
Barry Brown, Presidenl
(Printed or Typed Name)
Acme Electric Company
Company
108 E 82nd St
Address
Lubbock Lubbock
City, County
Texas � 79404
State Zip Code
Telephone: 8os _ �as-��2o
F3X: 8� - 745-3102
FEDERAL TAX ID or SOCIAL SECURITY No.
75-1450152
EMAII.,: bbrown(a�acmee�ect.com
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: August 13, 2024
CITY OF LUBBOCK
SPECIFICATIONS FOR
West Lubbock Water System Expansion Early Procurement
ITB 24-18109-KM
CONTRACT 18109
PROJECT NUMBER: 92806.9241.30000
Plans & Specifications may be obtained from
https://ci-lubbock-tx.bonfirehub.com/
Ub
City of bock
TEXAS
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
Addenda
Page Intentionally Left Blank
kAIL
City of
Lubbock
ADDENDUM 1
Closing Extension
ITB 24-18109-KM
West Lubbock Water System Expansion Early
Procurement
DATE ISSUED: June 3, 2024
NEW CLOSING DATE: June 18, 2024 at 3:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Closing Date Extension
Please change from Tuesday, June 4, 2024, at 2:00 PM CST to Tuesday, June 18, 2024 at 3:00
PM CST.
All requests for additional information or clarification must be submitted in writing and directed to:
Kiara Morgan
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be emailed to kmorgangmylubbock.us
Questions are preferred to be posted on https://ci-lubbock-tx.bonfirehub.com/
THANK YOU,
T,P.
CITY OF LUBBOCK
Kiara Morgan
Buyer III
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
proposer'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.
AkiVr.City o,
Lubbock
iExA
ADDENDUM 2
Opening Date Extension and Revised Bid
Submittal Form
11 tIIF.31112 :. ►I
West Lubbock Water System Expansion Early
Procurement
DATE ISSUED: June 17, 2024
NEW CLOSING DATE: June 25, 2024 at 2:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Opening Date Extension
1. The opening date has been extended to Tuesday, June 25, 2024 at 2:00 PM CST.
Revised Bid Submittal Form
1. The bid submittal form has been revised. Please utilize the attached form when submitting your
bid. This includes:
a. Modifications to Substantial and Final completion times
Questions and Answers
1. Please see attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Kiara Morgan
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be emailed to kmorgan2mylubbock.us
Questions are preferred to be posted on https://ci-lubbock-tx.bonfirehub.com/
THANK YOU,
CITY OF LUBBOCK
Kiara Morgan
Buyer III
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
proposer's responsibility to advise the Director of Purchasing and Contract Management if any lane`
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.
REVISED
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: ITB 24-18109-KM, West Lubbock Water System Expansion Early Procurement
Bid of
Bidder)
(hereinafter called
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding
the construction of the intended project including the availability of materials and labor, hereby intends to
furnish all labor, materials, and supplies; and to construct the proj ect in accordance with the plans, specifications
and contract documents, within the time set forth therein and at the price stated.
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.
Low Voltage Distribution
Transformer Manufacturer
Low Voltage Switchboard
Manufacturer
Panelboard Manufacturer
Low Voltage VFD
Manufacturer
Generator Manufacturer
ATS Manufacturer
Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 700 consecutive calendar days
with final completion of the project within 730 consecutive calendar days as stipulated in the specification
and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages in the sum
of $1000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of
$500 for each consecutive calendar day after final completion set forth herein above for completion of this
project, all as more fully set forth in the General Conditions of the Agreement.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Bidders.
REVISED
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after
the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all
required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice
of award of the contract to him.
REVISED
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of
Dollars ($ ), which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within 10 business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
FEDERAL TAX ID or SOCIAL SECURITY No.
EMAIL:
M/WBE oman Black American ative merican
Firm:
Hispanic Asian Pacific Other (Specify)
American American
REVISED
INSURANCE REQUIREMENTS
I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been
reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will
be able to, within ten (10) 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 bid.
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 Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or
services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -
recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
TEXAS GOVERNMENT CODE SECTION 2252.152
The undersigned representative of the undersigned company or business, being an adult over the age of
eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that
the company named above is not listed on the website of the Comptroller of the State of Texas concerning the
listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further
certify that should the above -named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist
Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
The following definitions apply to this state statute:
(1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with
Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not
include an action made for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary,
majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to
make a profit.
REVISED
This Certification is required from a Company if the Company has 10 or more full-time employees and
the contract for goods or services (which includes contracts formed through purchase orders) has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental
entity.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the
contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code
does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and will not discriminate during the term of the contract against a firearm entity or firearm trade
association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does
not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
boycott energy companies; and will not boycott energy companies during the term of the Agreement. This
verification is not required for an agreement where a governmental entity determines that these requirements
are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance,
incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment
of funds.
Agreement Example
Review
This sample Agreement has been reviewed and
( ) is acceptable
( ) is acceptable as noted
REVISED
Contractor Acknowledgement
In compliance with this solicitation, the undersigned bidder, having examined the bid documents,
instructions to bidders, documents associated with the invitation to bid, and being familiar with the
conditions to be met has reviewed the above information regarding:
• Insurance Requirements
• Suspension and Debarment Certification
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
• Texas Government Code 2274
An individual authorized to bind the company must sign the following section. Failure to execute this portion
may result in bid rejection.
By signing below, the terms stated have been reviewed and approved.
Company Name:
Signed By:
Print Name and Title:
Date:
0 11
L�bbGtityofock
rExas
Vendor Discussions as of 6/17/2024
Jun 13, 2024 8:57 AM CDT
Due to the extended lead time of electrical distribution gear, we respectfully request the
substantial completion for the project be extended to 700 consecutive calendar days to provide
the contractor with enough time to install, startup, and hand the equipment over to the owner.
Thank you for your consideration.
Answer: Please see Addendum 2.
Jun 13, 2024 7: 50 AM CDT
Can the list of attendees be shared for the pre -bid meeting?
Answer: No one attended the pre -bid.
Plan Holders List
Jun 13, 2024 7:51 AM CDT
Can a list of plan holders be shared?
Answer: Please see attached
Due to the extended lead time of electrical distribution gear, we respectfully request the
substantial completion for the project be extended to 700 consecutive calendar days to provide
the contractor with enough time to install, startup, and hand the equipment over to the owner.
Thank you for your consideration.
Answer: Please see Addendum 2.
The bid form allows 560 calendar days (80 weeks) to complete the project. Is it possible to
delete this requirement? The feedback from my generator sales reps is that industry wide
generators of this size are taking well over 100+ weeks after approved submittals. They are also
very hesitant to quote any lead times due to the liquidated damages.
Answer: Please see Addendum 2.
On the Bid Submittal Form, it shows a line item for Low Voltage Distribution Transformer
Manufacturer, and Panelboard Manufacturer. I could not find anything on the prints that show
these. Can you confirm the only items on this bid will be: (1) Low Voltage Switchboard, (3) VFDs,
(1) Generator, and (1) ATS.
Answer: The major equipment items listed above correct. Factory witness testing for the VFDs is to be
included as part of the bid form. Transformer and panelboard are not included as part of the bid.
The issues we are facing are as follows:
In Section 2.03-1, the ATS spec requires top entry/top exit. Asco can do that with the proposed
ATS (see attached Asco drawing).
In Section 2.03B, the ATS spec requires a multi -section switchboard. Drawing E-19 (attached)
shows a side by side sectioned ATS. Asco's proposed ATS is not built this way. They have two
sections that are located in the top and bottom of the cabinet (see attached Asco drawing).
In Section 2.03E, the ATS spec states the ATS cannot exceed a footprint of 40"W x 52"D x 92"H
and not require rear or side access. In order for Asco to meet the footprint, they have to provide
the ATS in the attached drawing that is top entry/top exit. However, it does require need at least
one side or rear access to make terminations.
Can you send an RFI to see what the city and engineer want to do?
Answer: Waiting on response from the department.
City of Lubbock, TX
ITB 24-18109-KM
Document Takers
Vendor Name
Contact Name
Contact Email
Phone Number
Address
Date Downloaded
ABB
Grayson Kocsis
grayson.kocsis@us.abb.com
2024-06-0407:39:34
Acme Electric
Robby Brown
robby@acmeelect.com
108E 82nd Lubbock Texas US 79404
2024-05-29 09:54:59
All American Surveying
John Thompson
jake@allamericansurveying.com
9407656765
111 N Dixon St. Gainesville Texas US 76240
2024-05-15 12:32:01
Allen Butler Construction, Inc.
Keith Carroway
keith@abci.us
806-441-4769
2416120th St. Lubbock Texas US 79423
2024-05-21 13:52:51
Ameresco, Inc.
Sarah Price
sprice@ameresco.com
4804999123
2355 E. Camelback Road Suite 410 Phoenix AZ US 85016
2024-06-05 12:53:48
AMTEK Austin
Kaylan Wardlaw
amtek.austin@amtekusa.com
2024-05-1510:18:45
Bath Group, LLC
Allyson Trejo
atrejo@bathgroup.com
13619922284
5656 S. Staples St. STE 110 Corpus Christi Texas US 78411
2024-05-29 14:18:18
BBR Printers
Bo Pomu
Bopomu@outlook.com
773-448-2212
2203 Elston Avenue Chicago Illinois US 60602
2024-06-12 00:09:23
BidJudge.com
Bid Judge
az@bidjudge.com
PO Box 1022 Higley Arizona US 85236
2024-05-2018:19:26
BidNet
Dwight Anderson
gbs@bidnet.com
8006771997
15 british american blvd latham New York US 12110
2024-05-1611:04:13
Blackridge Research &consulting
Venkatesh Siva
venkatesh@blackridgeresearch.com
2024-05-1601:54:24
Bo Simon Inc
Matt Stroever
m.stroever@bosimoninc.com
6103607844
28700 US-87 S Canyon Texas US 79015
2024-05-1616:05:10
Cambridge LTD
Brice Collins
CAMBRIDGELTD@AOL.COM
2024-05-1711:37:25
CommTech, LLC
Jay Jenkins
jay@commtech.co
8063764444
834 SE 34th Ave Amarillo Texas US 79103
2024-06-03 16:43:38
Constructconnect
Michael Stubbs
content@constructconnect.com
8003642059
3825 Edwards Rd., Suite 800 Cincinnati Ohio US 45209
2024-05-22 11:05:59
Construction Bid Source, LLC
Elizabeth Strycker
liz@constructionbidsource.com
4084831517
PO Box 1735 Templeton ca US 93465
2024-05-2008:54:36
Core and Main
Allison Trevino
allison.trevino@coreandmain.com
408 E Co Road 7200 Lubbock Texas US 79404
2024-06-05 09:39:47
Cummins Sales and Service
Charlie Schnieders
charlie.a.schnieders@cummins.com
214-676-0179
1210 South Grandview Avenue Odessa Texas US 79761
2024-05-3114:28:32
Deerwood Construction
roy Aguilar
Raguilar@deerwoodinc.com
8062413478
P.O.Box 3009 Lubbock Texas US 79452
2024-05-15 15:19:54
Dodge Data & Analytics
Dodge Reporter
dodge.digital.operations@construction.com
8003936343
300 American Metro Blvd Hamilton NJ US 08619
2024-05-17 02:51:36
Dodge Data and Analytics
April Hamilton
april.hamilton@construction.com
(877)784-9556
300 American Metro Blvd #185 Hamilton Township New Jersey US 08619
2024-05-18 01:46:14
Doug Holmes Construction, LLC
Darlene Garrett
darlene@dougholmesconstruction.com
8067811594
6901 69th St LUBBOCK Texas US 79424
2024-05-2814:08:10
eRepublic, Inc.
Mary Lamoreaux
mlamoreaux@erepublic.com
9169321300
100 Blue Ravine Rd. Folsom California US 95630
2024-05-15 14:27:07
Ferguson Waterworks Plant Division
Tom Ellis
tom.ellis@ferguson.com
5126351865
200 Park Central Blvd. Georgetown Texas US 78626
2024-06-12 07:20:28
GEM Technologies, Inc.
Holly Archer
harcher@gemtechnologiesinc.com
806-310-9505
8601 E Amarillo BLVD Amarillo Texas US 79108
2024-05-15 08:28:37
Harper Brothers Construction
Lucas Menebroker
lucas.menebroker@harperbro.com
2103190105
654 N. Sam Houston Parkway E Suite 330 Houston Texas US 77060
2024-05-27 10:24:27
HONESTO CONCRETE CONSTRUCTION
STEVE HONESTO
honestoconcrete@gmail.com
8065357950
1516 42ndst 1516 42ndst LUBBOCK Texas US 79412
2024-06-03 16:43:23
Hourglass
Sandy Boxer
sandbox.cmd@gmail.com
12152688872
12112 S Front Ave Chicago Illinois US 60628
2024-06-0101:09:12
Hugo Reed and Associates, Inc
Nathan Rigler
nrigler@hugoreed.com
8067635642
1601 Avenue N Lubbock Texas US 79401
2024-05-15 08:11:14
Izy Freights Logistics LLC
Ismaila raji
ismailaraji123@gmail.com
3156360350
4869 madyson ridge dr Fort Worth Texas US 76133
2024-05-28 02:38:50
Jay Martin Company, Inc.
Deana Martin
dmartin@hrmenv.com
817-571-9494
3825 Hillwood Way Bedford Texas US 76021
2024-05-2010:32:57
KSA Engineers, Inc.
Clayton Scales
cscales@ksaeng.com
8063351600
600 S. Tyler, Suite 1403 Amarillo Texas US 79101
2024-05-19 17:37:50
L.A. Fuller & Son's Construction
Weldon Campbell
weldon.campbell@fullerandsons.com
8063736049 Ext 117 9401 East Amarillo Blvd Amarillo Texas US 79120
2024-06-0416:16:11
LA Fuller and Sons
Hunter Dunn
hunter.dunn@fullerandsons.com
9401 E Amarillo, Blvd. Amarillo Texas US 79108
2024-06-1110:19:56
Lithos Engineering
Adisa Husejnovic
adisa@lithoseng.com
303.625.9502
2750 S. Wadsworth Blvd Denver Colorado US 80227
2024-06-07 12:48:11
McCarty Equipment Co.
Nathan Rooslet
Nrooslet@mccartyequipment.com
325-518-7140
1103 Industrial Blvd. abilene texas US 79601
2024-06-0413:07:28
McKee Utility Contractors, Inc
Jason Buoy
jason@mckeeutility.com
14055667833
2319 W. Main Prague Oklahoma US 74864
2024-05-15 08:19:51
MH Civil Constructors, Inc.
Saul Hernandez
bid@mh-civil.com
8063676043
PO Box 15623 Amarillo Texas US 79105
2024-05-15 08:14:13
Municipal Valve and Equipment
Chris Schmid
cschmid@municipalvalve.com
9722482600
4010 Billy Mitchell Addison Texas US 75001
2024-06-1008:23:09
North America Procurement Council Inc., PBC
Eric Johnson
sourcemanagement@napc.me
302-450-1923
PO Box 40445 Grand Junction Colorado US 81504
2024-05-2101:53:51
Parkhill Smith & Cooper
C.C. Winkler
mkt@parkhill.com
806.473.2200
4222 85th St Lubbock Texas US 79423
2024-06-07 08:47:16
Patterson Professional Services
Dallas Slay
dslay@pwg.services
9729774582
9963 US 377 Hwy COLLINSVILLE Texas US 76233
2024-05-15 13:47:17
Plummer
Thomas Young
tyoung@plummer.com
18067782345
1001 Main Street Suite 702 Lubbock Texas US 79401
2024-05-15 08:20:10
R&E DRAINAGE CONSTRUCTION
david gutierrez
management@hvmllc.org
2147893987
2648 Carmen Dr. Grand Prairie. TX 75052 GRAND PRAIRIE TX US 75052
2024-05-1612:00:33
Rink's Lease Service
Randall Middleton
randall@rinksls.com
18068947415
1707 FM300, Levelland, TX, USA Levelland Texas US 79336
2024-05-15 12:27:05
RUTS Construction, LLC
Chris Campbell
chris.c@rangeline.com
9406003036
1150 Blue Mound Road West Unit 821 Haslet Texas US 76052
2024-06-03 10:43:11
Smartprocure Inc
Ron Bjornsson
rbjornsson@smartprocure.us
2024-06-05 20:31:49
Smith Pump Company
Eduardo Garcia
Eduardog@smithpump.com
817-482-5291
4624 Martin Luther King Jr Fwy Fort Worth Texas US 76119
2024-05-3115:24:21
ssdfdf
sfffg ghhj
santoshi.meshram6@gmail.com
2024-05-23 06:13:02
Terracon
Marcie Truby
marcie.truby@terracon.com
806-500-5556
5847 50th street Lubbock Texas US 79424
2024-05-17 16:46:44
The PlanIT Room
Cecilia Hernandez
projects@theplanitroom.com
915.781.2900
1155 Westmoreland Ste 109 El Paso Texas El Paso County 79925
2024-05-1613:58:26
THE REYNOLDS COMPANY
CHRIS CONMY
cmconmy@reynco.com
2145602662
12900 Senlac Drive Farmers Branch Texas US 75234
2024-06-03 16:46:41
City of Lubbock, TX
ITB 24-18109-KM
Document Takers
Vendor Name
Contact Name
Contact Email
Phone Number
Address
Date Downloaded
Thompson Pipe Group
Darren Dunker
ddunker@thompsonpipegroup.com
4693132479
1003 MacArthur Blvd Grand Prairie Texas US 75050
2024-06-03 16:39:05
TXWIN
Perry L. Fowler
plf@fowlertx.com
5128103969
P.O. Box 10062 Austin Texas US 78766
2024-05-30 07:47:20
Utility Contractors of America
Jonathan Ziegner
jonathan@ucatexas.com
18068632642
5805 County Road 7700 Lubbock Texas US 79424
2024-05-15 08:42:27
V-tech Environmental Services
Polly Vann
info@v-teches.com
(806) 748-1700
1510 Buddy Holly Avenue Lubbock Texas US 79401
2024-05-2108:58:48
Warren Cat
Tiffany Clemons
tiffany.clemons@warrencat.com
2024-06-05 10:23:44
West Texas Chapter AGC
Josue Williams
abilene@wtagc.org
3256767447
3125 S. 27th Street Abilene Texas US 79605
2024-05-15 11:03:32
xiaoma
bao cheng
cbc19921215@gmail.com
2024-05-15 19:06:30
Zone Industries DBA Precision Pump Systems
Ray Pena
rpena@zoneindustries.com
7137838530
3303 Cypresswood Dr Spring Texas US 77388
2024-05-22 10:48:09
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
S.
9.
10
11
12
13
14
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL — (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK REFERENCE FORM
3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-4. SAFETY RECORD QUESTIONNAIRE
3-5. SUSPENSION AND DEBARMENT CERTIFICATION
3-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL
VERIFICATION
LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
2
Page Intentionally Left Blank
NOTICE TO BIDDERS
Pate Intentionally Left Blank
City of
Lubbock
TEXAS
ITB 24-18109-KM
West Lubbock Water System
Expansion Larly Procurement
1. NOTICE TO BIDDERS
1.1. Bidders may submit responses electronically by uploading required documents at the City of
Lubbock's partner website, Bonfire. This Invitation to Bid is for your convenience in submitting a
bid for the specified project. If submitting electronically, do not submit paper documents. If you
choose to submit in hard copy, submit one original paper copy of your submittal to the office of
the Director of Purchasing and Contract Management:
Physical: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
13 14 Avenue K, 9th Floor
Lubbock, Texas 79401
Mailing: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME
1.2. Bids will be opened in the office of the Director of Purchasing and Contract Management,
Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as
shown below at 2:00 PM on June 4, 2024 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
above referenced.
1.3. After the expiration of the time and date above first written, said sealed bids will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will
be opened via teleconference if date/time stamped on or before the deadline stated at the office
listed above. The Zoom meeting information is as follows:
Website: hltps://us02web.zoom.us/j/89897443462?pwd=cOlTcGsyTmxKZjdoMWtZcG9HODVOZz09
Meeting ID: 898 9744 3462
Passcode: 1314
1.4. It is the sole responsibility of the bidder to ensure that his bid is actually received by the office of the
Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of
the date above first written. Any bid received after the date and hour specified will be rejected and
returned unopened to the bidder.
1.5. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder
does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a
receipt. The City of Lubbock assumes no responsibility for errant delivery of bids, including those
relegated to a courier agent who fails to deliver in accordance with the time and receiving point
specified.
1.6. Although bids may be submitted electronically, hard copy bids will be accepted in person, by United
States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT
ACCEPT FAX BIDS.
1.7. Bids may be withdrawn prior to the above scheduled time set for closing. Alteration made before
ITB opening must be initialed by bidder guaranteeing authenticity.
1.8. Bids are due at 2:00 PM on June 4, 2024, and the City of Lubbock Council members will consider
the bids on June 25, 2024, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive
any formalities. The successful bidder will be required to furnish a performance bond in accordance
with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event
that said contract price exceeds $100,000 and the successful bidder will be required to furnish a
payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the
total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall
be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE
IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE
CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND
APPROVED.
1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF
THE CONTRACT BY THE LUBBOCK CITY COUNCIL.
1.10. Please allow time to upload required documentation. 24hrs in advance is recommended.
1.11. The estimated budget for this project is $2,500,000
1.12. Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond
from a reliable surety company, payable without recourse to the order of the City of Lubbock in an
amount not less than 5% of the total amount of the proposal submitted as a guarantee that bidder will
enter into a contract and execute all necessary bonds within ten (10) business days after notice of
award of the contract to the bidder. FAILURE OF THE BIDDER TO INCLUDE BID
SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE
BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL.
1.13. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock
Purchasing and Contract Management office. Plans and specifications can be viewed online and
downloaded from https:Hci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file
size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
1.14. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at hltp://pr.thereproductioncompany.com/ . ONE SET OF
PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM
THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806)
763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be
refunded if documents are returned in good condition within Sixty (60) days of the opening of bids.
Additional sets of plans and specifications may be obtained at the Bidder's expense.
1.15. It shall be each bidder's sole responsibility to inspect the site of the work and to inform bidder
regarding all local conditions under which the work is to be done. It shall be understood and agreed
that all such factors have been thoroughly investigated and considered in the preparation of the bid
submitted.
2. PRE -BID MEETING
2.10. For the purpose of familiarizing bidders with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory
pre -bid meeting will be held May 23, 2024 at 10:00 a.m., via teleconference. The Zoom meeting
information is as follows:
Website: https://us02web.zoom.us/j/82647964914?pwd=bUxYZFFBYXdfUjRXQm5ZcIUONUsOdz09
Meeting ID: 826 4796 4914
Passcode: 1314
2.11. All persons attending the meeting will be asked to identify themselves and the prospective bidder
they represent.
2.12. It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory.
The City will not be responsible for providing information discussed at the pre -bid meeting to
bidders who do not attend the pre -bid meeting.
3. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing and Contract Management Office
of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidders
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.
4. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
5. 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) 775-2572 write to Post
Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
1. BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
1.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing and Contract Management Office if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated
in this ITB to a single source. Such notification must be submitted in writing and must be received by
the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days
before the bid closing date. A review of such notifications will be made.
1.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION
TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Kiara Morgan, Buyer IV
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9
Lubbock, Texas 79401
Fax: 806-775-2164
Email Kmorgan@mylubbock.us
2. TIME AND ORDER FOR COMPLETION
2.1 The construction covered by the contract documents shall be substantially completed within 560 days
from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
2.2 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.
2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure
daily prosecution of the work is conducted every business day until the work is completed, regardless if
the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless
the City determines time off from said prosecution is necessary or reasonable and Contractor received
said determination in writing from the City. Additionally, inclement weather shall be the only other
reason consistent, daily prosecution of the work may not take place on those inclement weather days.
3. GUARANTEES
3.1 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).
3.2 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.
3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
3.4 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.
4.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and
to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its
sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for
Bid Items 1 through 10 plus the sum of any Alternate Bids or Options the City may select.
4.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response
to specifications is primary in determining the best low bid. Failure to comply with the specifications
may result in disqualification of the bid.
4.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may
be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
4.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
4.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work,
the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and
all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
4.6 NO INDIVIDUAL OF ANY USING DEPARTMENT 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 INVITATION TO BID.
GENERAL INSTRUCTIONS TO BIDDERS
(Continued)
5. ADDENDA & MODIFICATIONS
5.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. 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.
5.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing and Contract Management Office. At the request
of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation
to be substantive, the interpretation will be made by written addendum issued by the Purchasing and
Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office
will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ and will become part
of the bid package having the same binding effect as provisions of the original ITB. 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 (5) calendar days before the bid
closing date.
5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment 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 ITB
should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt
of this ITB 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 bid
should be disregarded in preparing responses.
5.4 The City does not assume responsibility for the receipt of any addendum sent to bidders
6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS
6.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
6.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation
to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation
to comply, in every detail, with all provisions and requirements of the Invitation to Bid.
6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Purchasing and Contract Management Office and a clarification obtained before
the bids are received, and if no such notice is received by the Purchasing and Contract Management
Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the
work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If bidder does not notify Purchasing and Contract
Management Office before bidding of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of the
project. It is further agreed that any request for clarification must be submitted no later than five
(5) calendar days prior to the bid closing date.
7. BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General
or a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using
the link provided below.
hops://Iubbocktx.govga.us/WEBAPP/_rs/(S(guiyirflbtihahjnycegwpcs))/SupportHome.aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
hops://ci.lubbock.tx.us/pies/public-information-act
9. LICENSES, PERMITS, TAXES
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder
is or may be required to pay.
10. UTILIZATION OF LOCAL BUSINESS RESOURCES
10.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
11. CONFLICT OF INTEREST
11.1 The bidder 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.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder 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 bid.
11.3It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause
a conflict of interest with the City of Lubbock
11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor
or person considering doing business with a local government entity disclose in the Questionnaire, Form
CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest
with a local government entity. By law, the questionnaire must be filed with the records administrator
of the City of Lubbock not later than the Seventh business day after the date the person becomes aware
of the facts that require the statement to be filed. The questionnaire can be found at:
hlt2s://www.ethics.state.tx.us/forms/conflict/
For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000,
Lubbock, Texas, 79457
See Section 176.006, Local Government Code:
http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
12. CONTRACT DOCUMENTS
12.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
12.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
13. CERTIFICATE OF INTERESTED PARTIES
13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government
Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics
Commission before entering into a contract with a local government entity when any of the following
apply:
1) Contract requires an action or vote by the City Council (governing body); OR
2) Contract value is $1 Million or greater; OR
3) Contract is for services that would require a person to register as a lobbyist under Chapter 305
of the Government Code.
This must be done before executing the contract. The disclosure form may be found at
https://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an
account the first time you fill out the form. Tutorial videos on how to log in for the first time and how
to fill out the form can be found through the link above. After you electronically submit the
disclosure form, a screen will come up confirming the submission and assigning a certificate number.
Then, you must print the form, have an authorized agent complete the declaration and sign, and
provide it to the City (scanned email copy is acceptable).
13.2 A contract described by Subsection (b) of Government Code Section 2252.908 entered into by a
governmental entity or state agency is voidable for failure to provide the disclosure of interested parties
required by this section only if: (1) the governmental entity or state agency submits to the business entity
written notice of the business entity 's failure to provide the required disclosure; and (2) the business
entity fails to submit to the governmental entity or state agency the required disclosure on or before the
loth business day after the date the business entity receives the written notice under Subdivision (1).
14. PLANS FOR USE BY BIDDERS
14.1It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and
prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without
charge as noted in the Notice to Bidders.
15. PAYMENT
15.1 All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
16. AFFIDAVITS OF BILLS PAID
16.1 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.
17. MATERIALS AND WORKMANSHIP
17.1 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
proj ect.
18. PLANS FOR THE CONTRACTOR
18.1 The contractor will, upon written request, be furnished up to five sets of plans and specifications and
related contract documents for use during construction. Plans and specifications for use during
construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies
of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of
the work contemplated by the Contractor.
19. PROTECTION OF THE WORK
19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or
not paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the bids have been opened and before the contract has been awarded, to require
of a bidder the following information:
19.1.1 The experience record of the bidder showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
19.1.2 A sworn statement of the current financial condition of the bidder.
19.1.3 Equipment schedule
20. 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.
21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
21.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City
of Lubbock, Texas, at Contractor's expense.
22. BARRICADES AND SAFETY MEASURES
22.1 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.
23. EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor
23.3In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24. CONTRACTOR'S REPRESENTATIVE
24.1 The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25. 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 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.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL
NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY
ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE
OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE
OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE
ENDORSEMENTS ARE REQUIRED.
26. LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate 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
bidders' 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
bidder'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 the contract requiring an inspector shall not be
performed on weekends 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.
26.1.3 Before construction work requiring an inspector is to be performed on Sunday 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 Sunday or holidays will be made by the Owner's
Representative.
26.2In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
27.1 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 agents of the City. The
Contractor must classify employees according to one of the classifications set forth in the schedule of
general prevailing rate of per diem wages, which schedule is included in the contract documents. The
Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty
dollars ($60) 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.
28. PROVISIONS CONCERNING ESCALATION CLAUSES
28.1 Bids submitted containing any conditions which provide for changes in the stated bid price due to
increases or decreases in the cost of materials, labor or other items required for the project will be rejected
and returned to the bidder without being considered.
29. PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the 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.
29.2If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If
a bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the
bid.
29.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened
may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY
CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
30. BOUND COPY OF CONTRACT DOCUMENTS
30.1 Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include
the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(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 bidder for his inspection in accordance with the
Notice to Bidders.
29.2 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 BIDDERS
31.1 The bidder may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service
specified therein in a satisfactory manner. The bidder may also be required to give a past history and
references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the bidder
to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose
that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be
rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock
that the bidder is properly qualified to carry out the obligations of the contract and to complete the work
described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
(b) The ability of the bidder 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 bidder.
(c) The quality of performance of previous contracts or services.
(d) The safety record of the Contractor and proposed Sub -Contractors
31.2 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 three
(3) 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. PLANS FOR THE CONTRACTOR
32.1 The contractor will, upon written request, be furnished up to five sets of plans and specifications and
related contract documents for use during construction. Plans and specifications for use during
construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies
of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of
the work contemplated by the Contractor.
33. ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD,
BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY
DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL
OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
33.2 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 process. Violation of this
provision may result in rejection of the bidder's bid.
34. PREVAILING WAGE RATES
34.1 Bidders 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
34.2 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.
34.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the
City of Lubbock sixty dollars ($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.
35. PROTEST
35.1 All protests regarding the ITB process must be submitted in writing to the City Director of Purchasing
and Contract Management within 5 working days after the protesting party knows of the occurrence of
the action which is protested relating to advertising of notices deadlines, proposal opening and all other
related procedures under the Local Government Code, as well as any protest relating to alleged
improprieties with the ITB process. This limitation does not include protests relating to staff
recommendations as to award of contract. Protests relating to staff recommendations may be directed to
the City Manager. All staff recommendations will be made available for public review prior to
consideration by the City Council as allowed by law.
35.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A
WAIVER OF ANY PROTEST.
Page Intentionally Left Blank
BID SUBMITTAL FORM
Pate Intentionally Left Blank
REi (SED
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE: June 25, 2024
PROJECT NUMBER: ITB 24-18109-KM, West Lubbock Water System Expansion Early Procurement
Bid of Winston Electric, Inc. dba Acme Electric Company (hereinafter called
Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding
the construction of the intended project including the availability of materials and labor, hereby intends to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications
and contract documents, within the time set forth therein and at the price stated.
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.
Low Voltage Distribution
Transformer Manufacturer
No Transformers will be included in this proposal
Low Voltage Switchboard
Manufacturer
Square D
Panelboard Manufacturer
No Panelboards will be included in this proposal
Low Voltage VFD
Manufacturer
Danfoss
Generator Manufacturer
Cummins
ATS Manufacturer
Cummins/ASCO
•
F. I T I Z IM, • a• ••- •. . • . u
• • •r • • • .,• • •u• •• •
• . • • r • • ' • • • •
• a • ' • • •• '
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Bidders.
Due to generator lead times exceeding the 730 calendar days Acme takes exception to the bid
requirements above.
Acme excludes any liquidated damages.
SUBMITTAL DATA SHEET FOR
26 36 00, LOW VOLTAGE AUTOMATIC TRANSFER SWITCHES
Submit the following data with Bid Proposal and with Shop Drawing submittal:
Item No.
Description
LOW VOLTAGE ATS "PS17-ATS"
1
Manufacturer:
Total Equipment Dimensions for
2
Automatic Transfer Switch (inches):
72" W x 48" D x 90" H
Length x Width x Height
Total Weight for Automatic Transfer
3
Switch (lbs.):
No info on quote. Can provide after bid.
Total Heat Loss for Automatic
4
Transfer Switch (kW):
No info on quote. Can provide after bid.
END OF SECTION
Low Voltage Automatic Transfer Switches 26 36 00 - 14
LUB23203 — West Lubbock Water System Expansion
SUBMITTAL DATA SHEET FOR
26 24 13, 600 VOLT SWITCHBOARDS
Submit the following data with Bid Proposal and with Shop Drawing submittal:
Item No.
Description
600V Switchboard "PS17-SWBD1"
1
Manufacturer:
SQUARE U
Total Equipment Dimensions for
2
Switchboard Line-up (inches):
72 W x D x H
Length x Width x Height
Total Weight for Switchboard Line-up
3
(lbs.):
1570lbs
Total Heat Loss for Switchboard
4
Line-up (kW):
80OW
END OF SECTION
Low Voltage Switchboards 26 24 13 - 16
LUB23203 — West Lubbock Water System Expansion
ATTACHMENT A
SUBMITTAL DATA SHEET FOR
26 29 23.11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES
Submit the following data with the Bid Proposal and with the Shop Drawing submittal:
Item No.
Description
For "PS17-PI-VFD", "PS17-P2-VFD",
"PS17-P3-VFD"
1
Manufacturer Make and
Model (series):
Danfoss FC202 AQUA Series Panel Drive
2
Total Equipment Dimensions
(inches)/unit:
Width x Depth x Height
68" 36" 94"
W x D x H
3
Total Weight (lbs.)/unit:
713 Ibs
4
VFD Efficiency @80% Load
•98
5
VFD Efficiency @100% load
.98
6
True Power Factor @25% Load
.98
7
True Power Factor @50% Load
.98
8
True Power Factor @75% Load
.98
9
True Power Factor @100% Load
.98
10
Heat Loss (Watts) per unit
3920 Watts
END OF SECTION
Low Voltage Variable Frequency Drives 26 29 23.11-24
LUB23203 — West Lubbock Water System Expansion
City of Lubbock, TX
Public Works
ITB 24-18109-KM
West Lubbock Water System Expansion Early Procurement
Winston Electric, Inc. dba Acme Electric Company of Lubbock, TX
QTY U/M Unit Extended
# Items +/- Price Cost
Base Bid
91-1 Furnish, test, deliver and provide competent 1 LS No Bid No Bid
service technician for Low Voltage Distribtuion
Transformers, complete as specified herein.
41-2 Furnish, test, deliver and provide competent 1 LS $118,000.00 $118,000.00
service technician for Low Voltage Switchboards,
complete as specified herein.
91-3 Furnish, test, deliver and provide competent 1 LS No Bid No Bid
service technician for Panelboards, complete as
specified herein.
91-4 Furnish, test, deliver and provide competent 3 EA $130,900.00 $392,700.00
service technician for three low voltage variable
frequency drives fully compatible with the
proposed pumping units PS 17-P 1 through PS 17-
P3 with a guaranteed efficiency greater than 95%
at 100% speed and 100% load and 94% at 75%
speed complete as specified herein.
91-5 Cost for witnessed tests of Variable frequency 1 LS $28,700.00 $28,700.00
drives for by two representatives of the Owner
91-6 Furnish, test, deliver and provide competent 1 LS $1,117,700.00 $1,117,700.00
service technician for one three phase generator
with a rated capacity of 1500 kW/1875kVA and a
power factor of 0.80, complete as specified herein.
91-7 Furnish, test and deliver one sound enclosure 1 LS $575,600.00 $575,600.00
compatible with Pay Item 6 with noise attenuation
to 70dB at 23 feet, complete as specified herein.
91-8 Cost for witnessed tests of Packaged Engine 1 LS $63,300.00 $63,300.00
Generator for Pump Station 17 by two
representatives of the Owner
City of Lubbock, TX
Public Works
ITB 24-18109-KM
West Lubbock Water System Expansion Early Procurement
Winston Electric, Inc. dba Acme Electric Company of Lubbock, TX
QTY Unit Extended
# Items +/- U/M Price Cost
91-9 Furnish, test, deliver and provide competent 1 LS $90,600.00 $90,600.00
service technician for Low Voltage Automatic
Transfer Switches, complete as specified herein.
91-10 Equipment procurement package completely as 1 LS $63,300.00 $63,300.00
shown in the plans and specifications excluding
Pay Items: 1-9.
91-11 Add (+) or Deduct (-) 1 Provision is made for 1 LS No Bid No Bid
Offeror to include an addition or deduction in his
proposal, if he wishes, to reflect any last-minute
adjustments in price. This addition or subtraction
will be applied to pay item 10.
Total (Items 1-1 through 1-11): $2,449,900.00
REVISED
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after
the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all
required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice
of award of the contract to him.
Clarifications:
1. Acme is only including the equipment (1 - Switchboard, 3 - VFDs, 1 - ATS, and 1 - Generator)
delivery and testing as per specs. No labor is included to install, unload, set in -place, etc.
2. Fuel for generator is excluded.
3. Generator lead times are 4-6 weeks for submittal and 104+ weeks after submittals are approved.
These are estimated and subject to change.
Notes:
1. Value Engineering options are available if owner/engineer would be interested.
2. There may be options to shorten lead times of generator. We can get with the sales reps for more
information.
RE X ISED
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of
5% GAB Dollars ($ 5% GAB ), which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within 10 business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. #1 Date 06/03/24
Addenda No. #2 Date 06/17/24
Addenda No. Date
Addenda No. Date
Date: 0612512024
Authorized Signature
Barry Brown, President
(Printed or Typed Name)
Acme Electric Company
Company
108 E 82nd St
Address
Lubbock
Lubbock
City,
County
Texas
79404
State Zip Code
Telephone: 806 _ 745-7720
Fax: 806 _ 745-3102
FEDERAL TAX ID or SOCIAL SECURITY No.
75-1450152
EMAIL: bbrown@acmeelect.com
MIWBE Woman Black American Native American
Firm:
Hispanic Asian Pacific Other pect y
American American
I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been
reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will
be able to, within ten (10) 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 bid.
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 Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
WMI LIKKId1_ rt
Federal Law (A-IO2 Common Rule and OMB Circular A -I 10) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or
services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -
recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
TEXAS GOVERNMENT CODE SECTION 2252.152
The undersigned representative of the undersigned company or business, being an adult over the age of
eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that
the company named above is not listed on the website of the Comptroller of the State of Texas concerning the
listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further
certify that should the above -named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist
Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
The following definitions apply to this state statute:
(1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with
Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not
include an action made for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary,
majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to
make a profit.
REVISED
This Certification is required from a Company if the Company has 10 or more full-time employees and
the contract for goods or services (which includes contracts formed through purchase orders) has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental
entity.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the
contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code
does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and will not discriminate during the term of the contract against a firearm entity or firearm trade
association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does
not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
boycott energy companies; and will not boycott energy companies during the term of the Agreement. This
verification is not required for an agreement where a governmental entity determines that these requirements
are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance,
incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment
of funds.
Agreement Example
Review
This sample Agreement has been reviewed and
(X) is acceptable
( ) is acceptable as noted
REVISED
Contractor Acknowledgement
In compliance with this solicitation, the undersigned bidder, having examined the bid documents,
instructions to bidders, documents associated with the invitation to bid, and being familiar with the
conditions to be met has reviewed the above information regarding:
• Insurance Requirements
• Suspension and Debarment Certification
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
• Texas Government Code 2274
An individual authorized to bind the company must sign the following section. Failure to execute this portion
may result in bid rejection.
By signing below, the terms stated have been reviewed and approved.
Company Name: Winston Electric, Inc. dba Acme Electric Company
Signed By:
Print Name and Title: Barry Brown, President
Date: 06/25/2024
WED
KNOW ALL MEN BY THESE PRESENTS:
That we, WINSTON ELECTRIC, INC DBA ACME ELECTRIC
as Principal, (hereinafter called the "Principal"), and
COLONIAL CASUALTY & SURETY COMPANY AND FIDELITY & DEPOSIT COMPANY OF MARYLAND
a corporation duly organized under the laws of the State of MARYLAND
"Surety") are held and firmly bound unto CITY OF LUBBOCK
as Obligee, (hereinafter called the "Obligee"), in the sum of
5% OF AMOUNT BID
, as Surety, (hereinafter called the
Dollars ($ 5% OF AMOUNT BID ), for the payment of which sum well and truly to be made, the said Principal
and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for
WEST LUBBOCK WATER SYSTEM EXPANSION EARLY PROCUREMENT - ITB 24-18109
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract
with the Obligee in accordance with the terns of such bid and give such bond or bonds as may be specified in the bidding
or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 25th
Witness
_J10, wompmarnawmal
d- Witness
day of JUNE Of A.D., 2024
WINSTqKELE C BA ACME ELF
_ (SEAL)
Principal
�f>4S/J4A-1 �_
Title
COLONIAL CASUALTY & SURETY COMPANY
Surety
By (SEAL)
AWN R. TAYLOR , Attorney -in -Fact
Printed in cooperation with the American Institute of Architects (AIA) by COLONIAL CASUALTY & SURETY COMPANY AND
COLONIAL CASUALTY & SURETY COMPANY AND vouches that the language in th,, document conforms exactly to the language
used in AIA Document A-310, February 1970 Edition.
BID70000TX0101 c
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact, The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
lire By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ...Any such Power or any certificate thereof hearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the IOth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and tiresimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 25th day of June , 20,2,
° SRAL
«.
1
tv '?. At
Gerald F. Haley, Vice President
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint J. Kirk KILLOUGH, C. Brent AYCOCK, Jeffery FOWLER and Dawn R. TAYLOR, all of Lubbock, Texas,
EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and
deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors, Community Survivors and
Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in farce.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 22nd day of February, A.D. 2016.
ATTEST:
M
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Secretary Vice President
Eric D. Barnes Michael Bond
State of Maryland
County of Baltimore
On this 22nd day of February, A.D 2016, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said
officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate
Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
,��rrurjli:+t�++
D
Maria D. Adamski, Notary Public
My Commission Expires: July 8, 2019
POA-F 168-0058
Texas Important Notice
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Zurich North America's toll -free telephone
number for information or to make a complaint at:
1-800-382-2160
You may contact the Texas Department of Insurance to
obtain information on companies, coverages, rights, or
complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the company first. If
the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
a part or condition of the attached document.
AVISO IMPORTANTE
Para obtener informaci6n o para presentar una queja:
Usted puede llamar al n6mero de tel6fono gratuito de
Zurich North America's para obtener informaci6n o para
presentar una queja al:
1-800-382-2150
Usted puede comunicarse con el Departamento de Se-
guros de Texas para obtener informaci6n sobre com-
pahfas, coberturas, derechos, o quejas al:
1-800-252-3439
Usted puede escribir al Departamento
de Seguros de Texas a:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Sitio web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTES POR PRIMAS DE SEGUROS 0
RECLAMACIONES:
Si tiene una disputa relacionada con su prima de seguro
o con una reclamaci6n, usted debe comunicarse con la
compabia primero. Si la disputa no es resuelta, usted
puede comunicarse con el Departamento de Seguros de
Texas.
ADJUNTE ESTE AVISO A SU P6LIZA: Este aviso es
solamente para prop6sitos informativos y no se con-
vierte en parte o en condici6n del documento adjunto.
U-GU-296-E (06/15)
Page 1 of 1
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Similar Projects and Reference Form
Please list three references of current customers who can verify the quality of service your company
provides. The City prefers customers of similar size and scope of work. Please do not use the City of
Lubbock.
REFERENCE ONE
Company Name: Freese and Nichols, Inc.
Address: 801 Cherry St., Suite 2800; Fort Worth, TX 76102
Contact Person and Title: Charles Erwin, Construction Manager
Phone: 817-735-7212
Email: charlie.erwin@freese.com
Similar Project: Lake E.V. Spence Electrical Upgrades
REFERENCE TWO
Company Name: Red River Construction Co.
Address: 2804 Capital St.; Wylie, TX 75098
Contact Person and Title: Heath Staffeld, Project Manager
Phone: 972-578-0127
Year 2022
Email: heath.staffeld@redriverconstruction.com
Similar Project: Lubbock Southeast Water Reclamation Plant - Plant 3
REFERENCE THREE
Company Name: Garney Construction
Address: 1700 Swift St., Suite 200; North Kansas City, MO 64116
Contact Person and Title: Justin Dreitzler, Project Manager
Phone: 970-817-1860
Email: Jdreitzler@garney.com
Similar Project: Xcel WWTP Nutrient Removal (Amarillo)
Year 2023
Year 2023
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
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 shall consider the safety record of the offerors in determining the responsibility thereof. The City
may consider any incidence involving worker safety or safety of the citizens of 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 assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final judgments.
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:
OUESTION 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?
YES NO X
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.
QUESTION TWO
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 X
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:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any,
and penalty assessed.
OUESTION 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 X
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with
its 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.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be
rejected.
Signature
Barry Brown, President
Title
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
LUBBOCK COUNTY
Barry Brown being first duly sworn, on his/her oath, says that the
bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any
person not therein named; and s/he further says that the said respondent has not directly induced or solicited any
firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement
of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over
any other firm or firms.
Acme Electric Company
Firm
Barry Brown
Name
E;
President
Title
Subscribed and sworn to before me this 20th
121
My Commission Expires: 11/1/2026
day of June 2024
AMY S HENRY
Notary Public, State of Texas
Comm. Expires 11.01•2076
fit Notary ID 128432766 ;
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
PROPOSED LIST OF SUB -CONTRACTORS
Company Name Location Services Provided
N/A
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
RESPONSE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
Acme Electric Company
(PRINT NAME OF COMPANY)
Page Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due.
FINAL LIST OF SUB -CONTRACTORS
Pate Intentionally Left Blank
Company Name
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
FINAL LIST OF SUB -CONTRACTORS
Location Services Provided
SUBMITTED BY:
(PRINT NAME OF COMPANY)
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN
BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Winston Electric, Inc. dba Acme Electric Company
(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
called the Obligee), in the amount of Two Million Four Hundred and Forty -Nine Thousand Nine Hundred
Dollars ($2,449,900) 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 13tb day of
Au ust, 2024, to ITB 24-18109-KM West Lubbock Water System Expansion Early Procurement
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 WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of
Surety
By:
(Title)
2024.
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* 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.
Page Intentionally Left Blank
PERFORMANCE BOND
Pate Intentionally Left Blank
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 Winston Electric, Inc. dba Acme Electric Company
(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
called the Obligee), in the amount of Two Million Four Hundred and Forty -Nine Thousand Nine Hundred
Dollars ($2,449,900) 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 13t" day of
Au ust, 2024, to ITB 24-18109-KM West Lubbock Water System Expansion Early Procurement
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 WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of , 2024.
Surety
* By
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite
notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
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
LJ Commercial General Liability
General Aggregate $
LJ Claims Made
Products-Comp/Op AGG $
LJ Occurrence
Personal & Adv. Injury $
LJ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
$
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
LJ Any Auto
Combined Single Limit $
LJ All Owned Autos
Bodily Injury (Per Person) $
LJ Scheduled Autos
Bodily Injury (Per Accident) $
LJ Hired Autos
Property Damage $
LJ Non -Owned Autos
LJ
GARAGE LIABILITY
LJ Any Auto
Auto Only - Each Accident $
LJ
Other than Auto Only:
Each Accident $
Aggregate $
LJ BUILDER'S RISK
LJ 100% of the Total Contract Price
$
LJ INSTALLATIONELOATER
$
EXCESS LIABILITY
LJ Umbrella Form
Each Occurrence $
Aggregate $
LJ Other Than Umbrella Form
$
WORKERS COMPENSATIONAND
EMPLOYERS' LIABILITY
The Proprietor/ LJ Included
Statutory Limits
Partners/Executive LJ 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
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
ma
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.
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;
(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 CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
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
(n) 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.
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or
any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of
insurance, required herein, including policies of insurance required to be provided by Contractor and its
subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights
to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity
with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or
separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
Page Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
Contract 18109
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13' day of Au ust, 2024 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 Winston Electric, Inc. dba Acme Electric Company of the City of Lubbock,
County of Lubbock and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
ITB 24-18109-KM West Lubbock Water System Expansion Early Procurement
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. Winston Electric, Inc. dba Acme Electric Comganv's bid dated June
25, 2024, 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 bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment
on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
Winston Electric, Inc. dba Acme Electric Company By:
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Winston Electric, Inc. dba Acme Electric Company
108 E 82°d St
Lubbock, TX 79404
ATTEST:
Corporate Secretary
Mark McBrayer, Mayor
ATTEST:
Courtney Paz, City Secretary
APPROVED AS TO CONTENT:
Public Works Representative
Name (Printed) Date
APPROVED AS TO FORM:
Kelli Leisure, Senior Assistant City Attorney
Contract 18109
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13"' day of Au ust, 2024 by and between the City of Lubbock,
�unty of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
xeinafter referred to as OWNER, and Winston Electric, Inc. dba Acme Electric Companv of the City of Lubbock,
�unty of Lubbock and the State of Texas hereinafter termed CONTRACTOR.
iE ITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
� rformed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
s.' )NTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
l scribed as follows:
[ 1"B 24-18109-KM West Lubbock Water System Expansion Early Procurement
-�d all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
,:�oper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
.�nd other accessories and services necessary to complete the said construction in accordance with the contract documents
a� defined in the General Condition of Agreement. Winston Electric, Inc. dba Acme Electric Companv's bid dated June
?i, 2024, 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
:���iven to him and to substantially complete same within the time specified in the contract documents.
i; �,; OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
� bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment
y d�ccount thereof as provided therein.
��1 WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
��.� in the year and day first above written.
�� irzti � Electric, Inc. dba Acme Electric Company
� �
i L••-
�' �� «TED N E: �
, , i , �:- �
---- s s��1�- .
' ' `�9PLETE ADDRESS:
��'�y��a Electric, Inc. dba Acme Electric Company
I'IIlS �' R�od St
f i,i ,, s,
X 79404
; �
�
�tary
C O LUF� BBO�I�
�
By: � v
ark McBrayer,
ATTEST: 1 1
Courtney
City Secretary
(OWNER):
PPROVED AS T CONTENT:
P lic Work presen a i�e
� . ,�
1.[I .:.. � :■ . . .: �►�' . � .
� -
�. � -. �.
PPR VED AS TO FORM:
K li Leisure, Senior Assistant City Attorney
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
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 Parry, is used, it shall be understood to mean
the person, persons, co -partnership or corporation, to wit Winston Electric, Inc. dba
Acme Electric Company 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 Mike Keenum,
Division Director of Engineering, so designated who will inspect constructions; or to such
other representatives, supervisors, architects, engineers, or inspectors as may be authorized
by said Owner to act in any particular under this agreement. Engineers, supervisors or
inspectors will act for the Owner under the direction of Owner's Representative, but shall
not directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to
Bidders, Response, 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 Bidder for inspection in
accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered
Necessary," "Prescribed," or words of like import are used, it shall be understood that the
direction, requirement, permission, order, designation or prescription of the Owner's
Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory
to the Owner's Representative.
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).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or
to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at
or sent certified mail to the last business address known to the party who gives the notice.
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.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work
and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's
Representative will check the Contractor's layout of all major structures and any other layout work
done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the
responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished five copies of all Plans and Specifications without expense to
Contractor and Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality
of the executed work and to determine, in general, if the work is proceeding in accordance with the
contract documents. Owner's Representative will not be required to make exhaustive or continuous
onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be
responsible for the construction means, methods, techniques, sequences or procedures, or the safety
precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry
hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform
the work in accordance with the Contract Documents.
13. LINES AND GRADES
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 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 to superintendent shall be binding as if given
to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable
representatives of the Contractor is essential to the proper performance of the work and lack of such
supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control
of the Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the
Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons
performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the
nature and location of the work, the confirmation of the ground, the character, quality and quantity
of materials to be encountered, the character of equipment and facilities needed preliminary to and
during the prosecution of the work, and the general and local conditions, and all other matters which
in any way affect the work under the contract documents. No oral agreement or conversation with
any officer, agent, or employee of the Owner, or Owner's Representative either before or after the
execution of this contract, shall affect or modify any of the terms or obligations herein contained.
Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or
amendments to the contract documents, shall be in writing, and executed by Owner's Representative
and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature
of the work to be done, or from the action of the elements, or from any unforeseen circumstance and
the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and
expense.
18. CHARACTER OF 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 person or persons on the work, are, in
Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise
unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from
the work and shall not again be employed on the work without the Owner's Representative's written
consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the
prosecution and completion of this contract where it is not otherwise specifically provided that
Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the
care, preservation, conservation, or protection of any materials, tools, equipment or machinery or
any part of the work until it is finally completed and accepted.
The building of structures for the housing of workers 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 Representative may
reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and
regardless of whether Owner's Representative has previously accepted the work. If any such work
should be covered without approval or consent of the Owner, it must, if requested by Owner or
Owner's Representative, be uncovered for examination at Contractor's expense. In the event that
any part of the work is being fabricated or manufactured at a location where it is not convenient for
Owner or Owner's Representative to make observations of such work or require testing of said work,
then in such event Owner or Owner's Representative may require Contractor to furnish Owner or
Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated.
All such tests will be in accordance with the methods prescribed by the American Society for Testing
and Materials or such other applicable organization as may be required by law or the contract
documents.
If any such work which is required to be inspected, tested, or approved is covered up without written
approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or
Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The
cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise
provided herein. Any work which fails to meet the requirements of any such tests, inspections or
approvals, and any work which meets the requirements of any such tests or approvals but does not
meet the requirements of the contract documents shall be considered defective, and shall be corrected
at the Contractor's expense.
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
22
23
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.
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.
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
workers, 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 (5) 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 such an extent as to give reasonable
assurance of compliance with the schedule of progress.
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 Texas and satisfactory to the City. Proof of coverage shall be furnished to
the City and written notice of cancellation or any material change will be provided ten (10) calendar
days in advance of cancellation or change. All policies of insurance, required herein, including
policies of insurance required to be provided by Contractor and its subcontractors, shall contain a
waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation
that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City
in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract,
insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall
be acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract, whether
performed by the Contractor or a subcontractor, or separate policies shall be provided covering the
operation of each subcontractor. A certificate of insurance specifying each and all coverages shall
be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
Commercial General Liability Requirements: $1M occurrence / $2M aggregate (can be combined
with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the
most important of all insurance policies in a contractual relationship. It insures the Contractor has
broad liability coverage for contractual activities and for completed operations.
Commercial General Liability to include Products — Completion/OP, Personal and Advertising
Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person).
Automatically add an excess liability of $4M.
Automobile Liability Requirements: $1M/occurrence is needed
Builder's Risk Requirements: Builder's Risk Insurance is needed for this project, and at a
minimum, the insurance should cover the full insurable value of the improvements.
Professional Liability Requirements: $1M/occurrence/$2M aggregate
Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with
no employees and are exempt from providing Workers' Compensation coverage, they must sign a
waiver (obtained from COL Purchasing) and include a copy of their driver's license.. Employer
Liability ($1M) is required with Workers Compensation.
Special Insurances
Crime Protection Coverage Requirements: Employee Dishonesty or Fidelity Bond coverage
REQUIRED in an amount equal to the maximum exposure.
Carrier Cargo Liability Requirements: Motor Carrier Cargo Insurance is required for this project
and must cover, at minimum, the value of the full load that is being hauled.
The City of Lubbock (including its officials, employees and volunteers) shall be afforded
additional insured status on a primary and non-contributory basis on all liability policies except
professional liabilities and workers' comp.
Waivers of Subrogation are required for CGL, AL, and WC.
To Include Products of Completed Operations endorsement.
Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-
payment.
Carriers must meet a A.M. Best rating of A- or better.
Subcontractors must carry same limits as listed above
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the Contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in 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.
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.
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 proj ect 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
proj ect;
(d) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on
the project; and
(2) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
(g) contractually require each person with whom it contracts to perform as
required by paragraphs (a) - (g), with the certificates of coverage to be
provided to the person for whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of
coverage, the Contractor is representing to the governmental entity that all employees
of the Contractor who will provide services on the project will be covered by worker's
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a
self -insured, with the commission's Division of Self -Insurance Regulation. Providing
false or misleading information may subject the Contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract
by the Contractor which entitles the governmental entity to declare the contract void
if the Contractor does not remedy the breach within ten days after receipt of notice of
breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit
to the Owner for approval five Certificates of Insurance covering each insurance policy
carried and offered as evidence of compliance with the above insurance requirements, signed
by an authorized representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date
borne by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the
named insured at the address shown in the 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
proj ect.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the
duration of the project based on proper reporting of classification codes and
payroll amounts and filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to
the governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a
new certificate of coverage showing extension of coverage, if the coverage
period shown on the Contractor's current certificate of coverage ends during
the duration of the project;
(d) obtain from each person providing services on a project, and provide to the
governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
(ii) no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(e) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of
any change that materially affects the provision of coverage of any person
providing services on the project;
(g) post a notice on each project site informing all persons providing services on
the project that they are required to be covered, and stating how a person may
verify current coverage and report failure to provide coverage. This notice
does not satisfy other posting requirements imposed by the Texas Worker's
Compensation Act or other commission rules. This notice must be printed
with a title in at least 30-point bold type and text in at least 19-point normal
type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any
additional words or changes:
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 (wwmai.state.tmus) 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 aproject, 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
proj ect;
(ii) provide a certificate of coverage to the Contractor prior to that person
beginning work on the project;
(iii) include in all contracts to provide services on the project the following
language:
`By signing this contract or providing or causing to
be provided a certificate of coverage, the person
signing this contract is representing to the
governmental entity that all employees of the
person signing this contract who will provide
services on the project will be covered by workers'
compensation coverage for the duration of the
project, that the coverage will be based on proper
reprinting of classification codes and payroll
amounts, and that all coverage agreements will be
filed with the appropriate insurance carrier or, in
the case of a self -insured, with the commission's
Division of Self -Insurance Regulation. Providing
false or misleading information may subject the
Contractor to administrative penalties, criminal
penalties, civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(v) obtain from each other person with whom it contracts, and provide to
the Contractor:
(1) a certificate of coverage, prior to the other person beginning
work on the project; and
(2) prior to the end of the coverage period, a new certificate of
coverage showing extension of the coverage period, if the
coverage period shown on the current certificate of coverage
ends during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter;
(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, 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 provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIOUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the
date of beginning and time for completion as specified in the 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.
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 $1000 PER CONSECUTIVE CALENDAR 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.
If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein
specified, then the Contractor does hereby agree as part of the consideration for the awarding of this
contract, the Owner may withhold permanently from Contractor's total compensation, the sum of
$500 PER CONSECUTIVE CALENDAR 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
fail to meet the time requirements stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for
the substantial completion of the work described herein is reasonable time for the completion of the
same, taking into consideration the average climatic range and conditions and usual industrial
conditions prevailing in this locality. The amount is fixed and agreed upon by and between the
Contractor and the Owner because the actual damages the Owner would sustain in such event would
be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable
forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to
be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND
OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the
Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner
as shall be most conductive to economy of construction. The Contractor shall ensure daily
prosecution of the work is conducted every business day until completed, regardless if the work will
be substantially or finally complete ahead of specified deadlines in the agreement, unless the City
determines time off from said prosecution is necessary or reasonable and Contractor received said
determination in writing from the City. Further, 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. Additionally, inclement weather shall be the only other reason
consistent, daily prosecution of the work may not take place on those inclement weather days.
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 workers, or any other cause or
occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause
during the progress of any part of the work embraced in this contract except where the work is
stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which
event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or
computed length, area, solid contents, number and weight only shall be considered, unless otherwise
specifically provided. In the event this contract is let on a unit price basis, then Owner and
Contractor agree that this contract, including the specifications, plans and other contract documents
are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown, and only when same are expressly stated to be estimates, for the
various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for
comparing their 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 not 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 incurred by Contractor and for
well and truly performing the same and the whole thereof in the manner and according to this
agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the
performance of the contract, either wholly or in part, nor shall any certificate or payment be
considered as acceptance of defective work. Contractor shall at any time requested during the
progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final
payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no
outstanding liens against Owner's premises by reason of any work under the contract. Acceptance
by Contractor of final payment of the contract price shall constitute a waiver of all claims against
Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in
this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment or, if the Contractor does not submit such application, the Owner's
Representative shall determine the amount to be partially paid. Owner's Representative shall review
said application for partial payment if submitted, and the progress of the work made by the
Contractor and if found to be in order, shall prepare a certificate for partial payment showing as
completely as practical the total value of the work done by the Contractor up to and including the
last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total
amount of the Owner's Representative's Certificate of Partial Payment, less:
(i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof,
which 5% shall be retained until final payment, and further, less all previous payments and all further
sums that may be retained by Owner under the terms of the contract documents; or
(ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount
thereof, which percentage shall be retained until final payment, and further, less all previous payments
and all further sums may be retained by Owner under the terms of the contract documents
("Retainage").
If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract,
the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in
this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it
engages to comply with section 2252.032 of the Texas Government Code.
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
fifteen (15) calendar 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. The work will be deemed substantially complete
when the work (or a specified portion thereof) has progressed to the point where, in the opinion of
the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently
complete, in accordance with all the contract documents, including the Proposal and all applicable
technical specifications, so that the work (or a specified portion thereof) can be utilized for the
purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion,
release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial
completion for all of the work or a specified portion thereof. 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 31st 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. Owner may, in its sole discretion, release
all or a portion of the Retainage for fully completed and accepted portions of the work.
Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute
between Owner and Contractor according to section 2252.032(f) of the Texas Government Code.
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 two years from the date of
certification of final completion by Owner's Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence,
withhold or nullify the whole or part of any certification to such extent as may be necessary to protect
itself from loss on account of:
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) 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.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar
days after the Owner's Representative has given any direction, order or instruction to which the
Contractor desires to take exception. Timely written notice of dispute as provided in this contract
of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing
and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters
set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative
within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said
objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial
by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further
agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims
of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's
agents and employees and Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15)
calendar days after written notification from the Owner or the Owner's Representative, or (2) if the
Contractor fails to comply with the written orders of the Owner's Representative, when such orders
are consistent with this contract, then the Surety on the bond shall be notified in writing and directed
to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a
bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-
compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove
from the work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under the contract for work, may be held for use on the
work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work;
and the Contractor shall not receive any rental or credit therefore (except when used in connection
with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract);
it being understood that the use of such equipment and materials will ultimately reduce the cost to
complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance
with the notice hereinbefore provided within ten (10) calendar days after service of such notice,
and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance
with all terms and provisions of the contract documents, then the Owner may exercise any and all
remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to,
providing for completion of the work in either of the following elective manners:
(a) The Owner may employ such force of persons 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 available to it, by law, equity, contract or
otherwise, including but not limited to, liquidated damages, as provided in paragraph 34,
hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work
actually performed by Contractor and/or its subcontractors as set forth in the contract documents,
and Owner shall not be liable for any consequential, punitive or indirect loss or damage that
Contractor may suffer in connection with the project which is the subject matter of this contract.
50. BONDS
The 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 $50,000. 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
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the
nature of the work to be done, or from the action of the elements, or from any unforeseen
circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or
otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne
by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power
and authority to direct, supervise, and control its own employees and to determine the method of the
performance of the work covered hereby. The fact that the Owner or Owner's Representative shall
have the right to observe Contractor's work during Contractor's performance and to carry out the
other prerogatives which are expressly reserved to and vested in the Owner or Owner's
Representative hereunder, is not intended to and shall not at any time change or effect the status of
the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the
work, and at the completion of the work Contractor shall remove all such debris and also its tools,
scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work
shall be left in good order and condition. In case of dispute Owner may remove the debris and
charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated
thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products
or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in
the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by
any party, on the Project site, or any other property of the City, without the written consent of the
Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance,
hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of
the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum
products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and
request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative
may grant or deny the request of Contractor and provide whatever requirements such consent, if
granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not
granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt
of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be
responsible for ensuring that all personnel involved in the Project are (i) trained for the level of
expertise required for proper performance of the actions contemplated by this Contract and, in
particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances,
hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and
utilize all protective equipment, including without limitation, personal protective gear, necessary to
provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
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.
59. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided
herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no
force or effect.
60. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who
contracts with a governmental entity to provide a service as defined by Section 2155.001,
Government Code, shall properly classify, as an employee or independent contractor in accordance
with Chapter 201, any individual the person directly retains and compensates for services performed
in connection with the contract. (b) In this subsection, "subcontractor" means a person directly
retained and compensated by a person who contracts with a governmental entity to provide a service
as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an
employee or independent contractor in accordance with Chapter 201, any individual the subcontractor
directly retains and compensates for services performed in connection with the contract for which the
subcontractor is retained. (c) A person who fails to properly classify an individual as required by
Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the
person has not properly classified. (d) The commission may not take action to collect a penalty under
this section from a person after the third anniversary of the date on which the violation occurred.
61. CERTIFICATE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code.
Section 2252.908 requires a business entity entering into certain contracts with a governmental entity
or state agency to file with the governmental entity or state agency a disclosure of interested parties
at the time the business entity submits the signed contract to the governmental entity or state agency.
Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting
business entity, acknowledging that the disclosure is made under oath and under penalty of perjury.
Section 2252.908 applies only to a contract that requires an action or vote by the governing body of
the governmental entity or state agency before the contract may be signed or has a value of at least
$1 million. Instructions for completing Form 1295 are available at:
https://ci .lubbock.tx.us/departments/purchasing/vendor-infonnati on
62. TEXAS GOVERNMENT CODE SECTION 2252.152
Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization
Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from
entering into a contract with a vendor that is identified by The Comptroller as a company known to
have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist
organization.
63. TEXAS GOVERNMENT CODE SECTION 2271.002
Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a
contract that: (1) is between a governmental entity and a company with 10 or more full-time
employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public
funds of the governmental entity. (b) A governmental entity may not enter into a contract with a
company for goods or services unless the contract contains a written verification from the company
that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract.
64. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions
provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall
be of no force or effect.
65. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and
the contractor or vendor agrees that the contract can be terminated if the contractor or vendor
knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent
Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1)
preserve all contracting information related to the contract as provided by the records retention
requirements applicable to the governmental body for the duration of the contract; (2) promptly
provide to the governmental body any contracting information related to the contract that is in the
custody or possession of the entity on request of the governmental body; and (3) on completion of
the contract, either: (A) provide at no cost to the governmental body all contracting information
related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements applicable to
the governmental body.
66. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without prior
written consent of the City, unless otherwise required by law.
67. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials,
officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any
kind, character, type, or description, including without limiting the generality of the foregoing, all
expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to
any property, received or sustained by any person or persons or property, to the extent arising out
of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or
subcontractors, related to the performance, operations or omissions under this agreement and/or the
use or occupation of city owned property. The indemnity obligation provided herein shall survive
the expiration or termination of this agreement.
68. PROFESSIONAL RESPONSIBILITY
All architectural or engineering services to be performed shall be done with the professional skill
and care ordinarily provided by competent architects or engineers practicing under the same or
similar circumstances and professional license.
69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C
(b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or
insufficiency in the plans, specifications, or other design documents, disclose in writing to the person
with whom the contractor enters into a contract the existence of any known defect in the plans,
specifications, or other design documents that is discovered by the contractor, or that reasonably
should have been discovered by the contractor using diligence, before or during construction. In this
subsection, ordinary diligence means the observations of the plans, specifications, or other design
documents or the improvement to real property that a contractor would make in the reasonable
preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary
diligence does not require that the contractor engage a person licensed or registered under Title 6,
Occupations Code, or any other person with specialized skills. A disclosure under this subsection is
made in the contractor's capacity as contractor and not as a licensed professional under Title 6,
Occupations Code.
(c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the
consequences of defects that result from the failure to disclose.
70. GOVERNMENT CODE 2251.0521 UNSIGNED CHANGE ORDER
(a) A contractor or subcontractor may elect not to proceed with additional work directed by a
governmental entity if: (1) the contractor or subcontractor has not received a written, fully executed
change order for the governmental entity -directed additional work; and (2) the aggregate actual or
anticipated value of the additional work plus any previous governmental entity -directed additional
work for which the contractor or subcontractor has not received a written, fully executed change
order exceeds 10 percent of the contractor 's or subcontractor 's original contract amount. (b)
contractor or subcontractor who elects not to proceed with additional work as provided by this
section is not responsible for damages associated with the election not to proceed.
Page Intentionally Left Blank
DAVIS BACON WAGE DETERMINATIONS
EXHIBIT A
"General Decision Number: TX20240002 01/05/2024
Superseded General Decision Number: TX20230002
State: Texas
Construction Types: Heavy and Highway
Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock,
Midland, Potter, Randall, Taylor and Tom Green Counties in Texas.
HEAVY & HIGHWAY CONSTRUCTION PROJECTS
Note: Contracts subject to the Davis -Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
JIf the contract is entered Executive Order 14026
linto on or after January 30, generally applies to the
12022, or the contract is contract.
renewed or extended (e.g., an The contractor must pay
loption is exercised) on or all covered workers at
after January 30, 2022: least $17.20 per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2024. 1
If the contract was awarded on
or between January 1, 2015 and
January 29, 2022, and the
contract is not renewed or
extended on or after January
30, 2022:
Executive Order 13658
generally applies to the
contract.
The contractor must pay alli
covered workers at least
$12.90 per hour (or the
applicable wage rate listedi
on this wage determination,
if it is higher) for all
hours spent performing on
that contract in 2024. 1
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2024
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
**
LABORER
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
**
TRUCK DRIVER
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.
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($17.20) or 13658
($12.90). Please see the Note at the top of the wage
determination for more information. Please also note that the
minimum wage requirements of Executive Order 14026 are not
currently being enforced as to any contract or subcontract to
which the states of Texas, Louisiana, or Mississippi, including
their agencies, are a party.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
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) (iii)).
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
""UAW"' 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 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
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 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 producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
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.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* 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
National Office because National Office has 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 & C
City of Lubbock
Overtime
Legal Holiday
Prevailing Wage Rates
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor
Standards Act.
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
SPECIFICATIONS
Pate Intentionally Left Blank
CITY OF LUBBOCK
SPECIFICATIONS FOR
West Lubbock Water System Expansion
Early Procurement
Bid Set
Lcity of 1'
ubboc��
TEXAS
CITY OF LUBBOCK
Lubbock, Texas
SEAL SHEET
Division: 01
O F T F-�cP�l
/ ......................:...
/ MICHAEL A.00 MCBEE %
...........................
/gip'• 130463
0� ' L/C EO • ��
II111 / NAL
TT,, //044/__30/2024
FREESE AND NICHOLS, INC.
TEXAS REGISTERED
ENGINEERING FIRM
F-2144
Division: 26
OF TF�111
/ ....................:...
/ KRISTIN L. NAU..GHT /
00 ......................... /
00
10 ,�•• /c E N S
lot
'
&.Z'
11 � 1.ONA�LE —7-1
4/30/24
FREESE AND NICHOLS, INC.
TEXAS REGISTERED
ENGINEERING FIRM
F-2144
LUB23203 —West Lubbock Water System Expansion Early Procurement Seal Sheet 1
CITY OF LUBBOCK
WEST LUBBOCK WATER SYSTEM EXPANSION — EARLY PROCUREMENT
TABLE OF CONTENTS
DIVISION 1 GENERAL REQUIREMENTS
Section
011100
Summary of Work
01 29 00
Application for Payment Procedures
01 31 00
Project Management and Coordination
0131 13
Project Coordination
01 31 14
Change Management
01 33 00
Document Management
01 33 02
Shop Drawings
01 33 04
Operation and Maintenance Data
016410
Contractor Installed Goods and Special Services
01 70 00
Execution and Closeout Requirements
01 75 00
Starting and Adjusting
01 78 36
Warranties and Service Agreements
01 79 00
Training of Operation and Maintenance Personnel
DIVISION 26 ELECTRICAL
APPENDICES
Section
26 05 19
Low Voltage Electrical Conductors & Cables
26 05 26
Grounding & Bonding for Electrical Systems
26 05 33
Raceways and Boxes for Electrical Systems
26 22 13
Low Voltage Distribution Transformers
26 24 13
Low Voltage Switchboards
26 24 16
Panelboards
26 27 26
Wiring Devices
26 29 23.11
Low Voltage Variable Frequency Drives
26 32 13
Low Voltage Engine Generators
26 36 00
Low Voltage Automatic Transfer Switches
Section
Appendix A Electrical Pre -Purchase Drawings
Table of Contents TOC-1
LUB23203 — West Lubbock Water System Expansion Early Procurement
01 11 00 SUMMARY OF WORK
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide the Goods and Special Services described in the Procurement Contract Documents.
1. Provide the materials, equipment, and incidentals required to manufacture the Goods
and make the Goods completely and fully operable.
2. Provide the labor, equipment, tools, and consumable supplies required for providing
Goods and Special Services.
3. Provide the mechanical, electrical, instrumentation, and all other work required to
make the Goods completely and fully operable.
4. Test and place the completed Goods in operation.
5. Provide the special tools, spare parts, supplies, or other materials as indicated in
Procurement Contract Documents for the operation and maintenance of the Goods.
6. The Procurement Contract Documents do not indicate or describe all the work
required to provide the Goods and Special Services. Additional details required for the
correct installation of selected Goods are to be provided by the Manufacturer and
coordinated with the PCM.
1.02 DESCRIPTION OF WORK
A. Work is described in general, non -inclusive terms as:
1. Furnish materials, equipment, special services and incidentals in accordance with
these specifications. Equipment furnished by Manufacturer shall be installed by others
and has been designed to be included as part of the Lubbock Pump Station 17 Project.
1.03 CONTRACTOR
A. Owner has or will select a Contractor to install the Goods and coordinate the providing of
Special Services. See Section 0164 10 "Contractor Installed Goods and Special Services."
1.04 OPERATIONS
A. Owner has the right to operate the Goods when ready for use after notifying the
Manufacturer of its intent to do so.
B. Testing of Goods including specified test periods, training, and startup does not constitute
acceptance of the Goods for operation.
C. Owner may accept the Goods for continued use after startup and testing and may take
Goods out of service per approved Operation and Maintenance procedures if acceptance is
delayed by the Owner.
D. The execution of bonds is understood to indicate the consent of the surety to these
provisions for use of Goods.
Summary of Work 01 1100 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
Provide an endorsement from the insurance carrier permitting use of Goods during
construction.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Summary of Work 01 1100 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 29 00 APPLICATION FOR PAYMENT PROCEDURES
1.00 GENERAL
1.01 WORK INCLUDED
A. The Procurement Contract Price is to include costs for:
1. All home office overhead costs and expenses, including profit made directly or
indirectly for the Project;
2. Project management, contract administration, office and field operations staff,
including supervision, clerical support, and technology system support;
3. Professional services including design fees, legal fees, and other professional services;
4. Bonds and insurance;
5. Permits, licenses, patent fees, and royalties;
6. Taxes;
7. Providing all documentation and submittals required by the Procurement Contract
Documents;
8. Products, materials, and equipment consumed in Providing Goods and Special
Services;
9. Labor and supervision to provide Goods and Special Services, including those provided
through subcontractors or suppliers;
10. Correcting defective work during the Procurement Contract Times, during the
Correction Period, or as required to meet any warranty provision of the Procurement
Contract Documents;
11. Risk associated with weather and environmental conditions, startup, and initial
operation of facilities including equipment, processes, and systems;
12. Maintenance of facilities, including equipment, processes, and systems until operation
is transferred to Owner;
13. Providing warranties, extended or special warranties, or extended service agreements;
14. Cleanup and disposal of any and all surplus materials; and
15. Demobilization of all physical, temporary facilities not incorporated into the Project.
B. Include the cost not specifically set forth as an individual payment item but required to
provide a complete and functional system in the Procurement Contract Price.
C. Submit Applications for Payment for completed work and for materials and equipment in
accordance with the Procurement Contract Documents.
Application for Payment Procedures 01 29 00 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
1.02 SCHEDULE OF ANTICIPATED PAYMENTS
A. Submit a schedule of the anticipated Applications for Payment showing the application
numbers, submission dates, and the anticipated amount to be requested.
B. Update the schedule of anticipated payments as necessary to provide a reasonably
accurate indication of the funds required to make payments each month to the
Manufacturer for work performed.
1.03 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT
A. Submit a draft Application for Payment to the PCM at the end of the payment milestones
established in the Agreement. Review the draft Application for Payment with the PCM to
determine concurrence with the payment milestone for each unit.
B. Submit attachments in Portable Document Format (PDF).
1. Generate attachments to the Application for Payment using the Excel spreadsheet
provided by the PCM.
2. Submit attachments as PDF documents with adequate resolution to allow documents
to be printed in the same format as the original document. Documents are to be
scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper.
1.04 FINAL APPLICATION FOR PAYMENT
A. Final payment requires additional procedures and documentation per Section 0170 00
"Execution and Closeout Requirements."
B. Final Application for Payment is to incorporate adjustments to the Procurement Contract
Price including those for:
1. Approved Change Orders;
2. Allowances not previously adjusted by Change Order;
3. Deductions for defective work that has been accepted by the Owner;
4. Penalties and bonuses;
5. Deductions for liquidated damages;
6. Deduction for all final Set -offs; and
7. Other adjustments if needed.
C. PCM will prepare a final Change Order reflecting the approved adjustments to the
Procurement Contract Price which have not been covered by previously approved Change
Orders and if necessary reconcile estimate unit price quantities with actual quantities.
1.05 PCM'S RESPONSIBILITY
A. Review draft Application for Payment with Manufacturer to reach an agreement on the
values that will be recommended for payment by the PCM.
Application for Payment Procedures 01 29 00 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
B. Review Application for Payment submitted to determine that the Application for Payment
has been properly submitted and is in accordance with the agreed to draft Application for
Payment.
1. Reject Application for Payment if the application cannot be recommended for
payment. Include comments indicating why the Application for Payment is not
recommended for payment and outlining corrective action required, or
2. Recommend payment of the Application for Payment to Owner if appropriate.
C. Review resubmitted Application for Payment and take appropriate action to reject or
recommend payment of the Application for Payment to Owner as appropriate.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Application for Payment Procedures 01 29 00 - 3
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 31 00 PROJECT MANAGEMENT AND COORDINATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish resources required to provide the Goods and Special Services with an acceptable
standard of quality within the Procurement Contract Times.
B. Manage site operations for providing Special Services.
C. Manufacture Goods and provide Special Services in accordance with the Procurement
Contract Documents.
1.02 SAFETY REQUIREMENTS
A. Manage Procurement Contract to protect the safety and welfare of persons at the Site.
B. Provide safe access for those performing tests and inspections.
C. Comply with latest provisions of the Occupational Health and Safety Administration (OSHA)
and other Laws and Regulation.
D. Cooperate with accident investigations. Provide two copies of all reports, including
insurance company reports, prepared concerning accidents, injury, or death related to the
Project to the Project Construction Manager.
1.03 COORDINATION
A. Coordinate the efforts of various suppliers having interdependent responsibilities for Work.
B. Sequence, coordinate, and integrate the various elements of mechanical, electrical, and
other systems, materials, and equipment with the Contractor. Comply with the following
requirements:
1. Coordinate mechanical and electrical systems, equipment, and materials installation
with other components.
2. Verify all dimensions by field measurements.
3. Arrange for chases, slots, and openings in other components during progress of
construction.
4. Coordinate the installation of required supporting devices, sleeves, embedded items,
and other structural components to be set in concrete before concrete is placed.
5. Contractor will install systems, materials, and equipment to conform to approved
documentation, including coordination drawings, to the greatest extent possible.
Conform to arrangements indicated by the Procurement Contract Documents,
recognizing that portions of the work are only diagrammatic representations. Assist
with adjusting the routing of piping, ductwork, utilities, and location of equipment as
needed to resolve spatial conflicts. Document changes in the indicated routings on the
Record Documents.
6. Design systems, materials, and equipment to facilitate servicing, maintenance, and
repair or replacement of components after installation by the Contractor.
Project Management and Coordination 0131 00 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
1.04 ACCESS TO THE SITE
A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or
access to the various buildings, structures, stairways, or entrances. Provide safe access for
normal operations during construction.
B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and
protective equipment in place until inspections have been completed. Construct additional
safe access if required for inspections.
C. Use roadways for construction traffic only with written approval of the appropriate
representatives of each entity. Roadways may not be approved for construction traffic.
Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish
copies of the written approvals to the Owner as Record Data.
1.05 MANUFACTURER'S USE OF THE SITE
A. Limit the use of Site for Work and storage to those areas designated on the Drawings or
approved by the Project Construction Manager. Coordinate the use of the Site with the
Project Construction Manager.
B. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons
under the influence of alcoholic beverages or illegal substances to enter or remain on the
Site at any time. Persons on the Site under the influence of alcoholic beverages or illegal
substances will be permanently prohibited from returning to the Site. Criminal or civil
penalties may also apply.
C. Park equipment in designated areas only and provide spill control measures.
D. Park vehicles in designated areas only.
E. Do not allow the use of audio devices, obnoxious, vulgar, or abusive language, or sexual
harassment in any form. These actions will cause immediate and permanent removal of the
offender from the premises. Criminal or civil penalties may apply.
F. Require workers to wear clothing that is inoffensive and meets safety requirements.
G. Do not allow firearms or weapons of any sort to be brought on to the Site under any
conditions. No exception is to be made for persons with concealed handgun licenses.
Remove any firearms or weapons and the person possessing these firearms or weapons
immediately from the Site.
1.06 DISRUPTION TO SERVICES/CONTINUED OPERATIONS
A. Existing facilities are to continue in service as usual during the installation unless noted
otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep
disruptions to existing utilities, piping, process piping, or electrical services to a minimum.
1. Do not restrict access to critical valves, operators, or electrical panels.
2. Do not store material or products inside structures.
Limit operations to the minimum amount of space needed to complete the specified
Work.
Project Management and Coordination 0131 00 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
B. Provide a Plan of Action in accordance with Section 01 31 13 "Project Coordination" if
facilities must be taken out of operation.
1.07 FIELD MEASUREMENTS
A. Perform complete field measurements prior to purchasing products or beginning
construction for products required to fit existing conditions.
B. Verify property lines, control lines, grades, and levels indicated on the Drawings.
C. Verify pipe class, equipment capacities, existing electrical systems, and power sources for
existing conditions.
D. Check Shop Drawings and indicate the actual dimensions available where products are to
be installed.
1.08 DELIVERY AND STORAGE
A. Deliver Goods to the Site in time to prevent delays in construction.
B. Deliver Goods to the Site in original undamaged containers with identifying labels attached.
Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and
store properly until used. Leave products in original packages or containers until installed. If
original packages or containers are damaged, repackage in containers and include packing
slips, labels, and other information from the original packaging.
C. Deliver products that are too large to fit through openings to the Site in advance of the
time enclosing walls and roofs are erected. Set in place, raised above floor on cribs or
pallets.
D. Store products at locations acceptable to the Project Construction Manager and to allow
Owner access to maintain and operate existing facilities.
E. Instruct Contractor and Owner's Project Team on how to store products immediately upon
delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of
stored items and for inspection.
1.09 TRANSFER OF SPARE PARTS
A. Develop a list of all spare parts and special equipment to be provided as part of this
Procurement Contract using the Spare Parts Inventory form provided by the Project
Construction Manager. Submit to Project Construction Manager in accordance with
Section 0133 02 "Shop Drawings." List spare parts by Specification Section and paragraph.
B. Provide spare parts as listed in the Specification Sections and those listed as recommended
spare parts in the operation and maintenance manuals. Provide the greater number
required by either document if there is a conflict between the number of recommended
spare parts.
C. Provide new spare parts in original packaging with part numbers clearly labeled. Damaged
parts will be rejected as Defective.
D. Spare parts that have not been properly stored will be rejected as Defective.
Project Management and Coordination 0131 00 - 3
LUB23203 - West Lubbock Water System Expansion April 30, 2024
Transfer all of the spare parts for each specified equipment package or system at the same
time. No partial transfers of spare parts will be accepted.
1. Provide notice to Project Construction Manager that spare parts are ready to transfer
to Owner.
2. Meet with the Project Construction Manager at the designated time and location to
inspect the parts and inventory the items transferred. Open boxes or crates to count
parts, compare to the inventory form, and inspect for damage.
3. Note discrepancies in the number or recommended parts and damage observed.
Submit a Defective Work Notice to report any damaged or missing spare parts.
4. Owner will acknowledge receipt of spare parts.
Document the transfer of spare parts using the Transfer of Spare Parts form provided by
the Project Construction Manager. Transfer spare parts to the area designated by the
Owner, or area constructed as part of the Project for the storage of spare parts. This areas
is to be locked and under the control of the Owner.
G. Replace any spare parts that are removed from the spare parts inventory to make repairs
prior to Final Completion. Note the spare parts that are removed from inventory using the
Spare Parts Transfer form provided by the Project Construction Manager. Verify that
inventory is complete as part of the closeout process per Section 0170 00 "Execution and
Closeout Requirements."
H. Follow procedures of this paragraph for special tools required by the Procurement Contract
Documents.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Project Management and Coordination 0131 00 - 4
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 31 13 PROJECT COORDINATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide and support contract administration and provide documentation per the
requirements of this Section.
B. Provide information as requested by the Owner's Project Team.
1.02 DOCUMENTATION
A. Provide documentation in accordance with Section 0133 00 "Document Management."
B. Use the forms provided by the Project Construction Manager for contract administration,
applications for payment, submittals, documentation of test results, equipment installation
and documentation, and project closeout. A digital copy of the required forms will be
provided to the Manufacturer.
1.03 COMMUNICATION DURING THE PROJECT
A. The Project Construction Manager is to be the first point of contact for all parties on
matters concerning this Project and will facilitate the administration of the Procurement
Contract.
B. The Project Construction Manager will normally communicate only with the Manufacturer.
C. Direct documentation to the Project Construction Manager using forms provided by the
Project Construction Manager.
1.04 PROJECT MEETINGS
A. Pre -Submittal Meeting:
1. Attend a pre -submittal meeting.
2. The location of the meeting will be determined by the Project Construction Manager.
3. The time of the meeting will be determined by the Project Construction Manager but
will be after the Notice of Award is issued and not later than 15 days after the Notice
to Proceed is issued.
4. The Owner's Project Team, Manufacturer's project manager and design staff may
attend the meeting to discuss:
a. Manufacturer's organizational chart as it relates to this Procurement Contract;
b. List of suppliers;
C. Procedures for submitting Shop Drawings;
d. Technical questions related to manufacturing of Goods;
e. Technical questions related to providing Special Services;
f. Preliminary production and delivery schedule;
Project Coordination 01 31 13 - 1
LUB23203 - West Lubbock Water System Expansion October 31, 2018
g. Anticipated schedule of payments; and
h. Letter indicating the agents of authority for the Manufacturer and the limit of
that authority with respect to the executing legal documents, contract
modifications, and Applications for Payment.
i. List of Anticipated Submittals.
5. Attend a meeting when the submittal is delivered to discuss the features of the Shop
Drawing and respond to any questions regarding the submittal.
B. Progress Meetings:
1. Attend meetings with the Owner's Project Team.
a. Meet on a monthly basis or as requested by the Project Construction Manager to
discuss the Project.
b. Meet at the Site or other location as designated by the Project Construction
Manager. Teleconferences may be allowed, depending on the topics to be
discussed.
C. Manufacturer's key personnel are to attend the meeting. Other individuals may
be requested to attend to discuss specific matters.
d. Notify the Project Construction Manager of any specific items to be discussed a
minimum of 1 week prior to the meeting.
2. Provide information as requested by the Owner's Project Team concerning this
Procurement Contract. Prepare to discuss:
a. Status on items assigned to the Manufacturer on the Action Item Register;
b. Review items on the Project Decision Register added since the previous meeting;
C. Status of submittals;
d. Changes in Manufacturer's resources including staffing, major equipment, and
suppliers;
e. Proposed or pending Modifications;
f. Overview of work completed since the previous meeting with emphasis on
planned but not executed work;
g. Manufacturer's detailed schedule for the next 6 weeks, identifying planned
efforts on critical path work;
h. Anticipated delivery dates for equipment;
i. Status of overall project schedule;
j. Information or clarification of the Procurement Contract Documents;
k. Status on correction of any outstanding defective work and maintenance of
quality standards;
I. Observations, problems, or conflicts;
m. Status of Shop Drawings or other required documentation;
Project Coordination 01 31 13 - 2
LUB23203 - West Lubbock Water System Expansion October 31, 2018
Proposed pre -submittal, pre -installation, or other meetings for specific issues;
Other items of old business or concerns; and
New business items.
Project Construction Manager will prepare minutes of meetings. Review the minutes
of the meeting and notify the Project Construction Manager of any discrepancies
within 10 days of the date of the meeting memorandum. The minutes will not be
corrected after the 10 days have expired. Corrections will be reflected in revised
minutes.
1.05 REQUESTS FOR INFORMATION
A. Submit Requests for Information (RFI) to obtain additional information or clarification of
the Procurement Contract Documents.
1. Submit a separate RFI for each item. Attach adequate information to permit a
response without further clarification. Project Construction Manager will return
requests to the Manufacturer that do not have adequate information. Manufacturer is
responsible for all delays resulting from RFIs returned for additional information.
2. Resubmit a new RFI when adequate information is available.
B. Do not use RFIs to confirm decisions or directives. Use the Project Decision Register to
document decisions or directives in accordance with Paragraph 1.06.
C. Use the Action Item Register to document assignments for actions to be taken in
Accordance with Paragraph 1.06.
D. Response to an RFI is given to provide additional information, interpretation, or clarification
of the requirements of the Procurement Contract Documents and does not modify the
Procurement Contract Documents. Project Construction Manager will initiate a Request for
a Change Proposal (RCP) per Section 01 31 14 "Change Management" if the RFI indicates
that a Contract Modification is required.
E. Pay for excessive abuse of RFIs. Excessive abuse of RFIs is defined as multiple reviews of
RFIs due to inadequate information, use of "confirmation" RFIs or RFIs for which the
answer is clearly shown in the Procurement Contract Documents.
1. Cost for additional review time will be billed to the Owner by the Owner's Project
Team for the actual hours required for the review of RFIs by Design Professional.
2. A Set-off will be included in each Application for Payment to pay cost for the additional
review to the Owner on a monthly basis. The Set-off will be based on invoices
submitted to Owner for these services.
1.06 DECISION AND ACTION ITEM REGISTERS
A. Project Construction Manager will maintain a Project Decision Register to document key
decisions made at meetings, telephone conversations or site visits using the format
provided by the Project Construction Manager:
1. Review the register prior to each regular meeting; and
Project Coordination 01 31 13 - 3
LUB23203 - West Lubbock Water System Expansion October 31, 2018
2. Report any discrepancies to the Project Construction Manager for correction or
discussion at the next monthly meeting.
B. Project Construction Manager will maintain an Action Item Register in conjunction with the
Project Decision Register to track assignments made at meetings, telephone conversation
or site visits using the format provided by the Project Construction Manager:
1. Review the Action Item Register prior to each regular meeting;
2. Report actions taken subsequent to the previous progress meeting on items in the
register assigned to the Manufacturer or through the Manufacturer to a supplier to
the Project Construction Manager. Report on status of progress 1 week prior to each
progress meeting established in Paragraph 1.04 to allow Project Construction Manager
to update the register prior to the Progress meetings; and
3. Be prepared to discuss the status at each meeting.
C. Decisions or action items in the register that require a change in the Procurement Contract
Documents will have the preparation of a Modification as an action items if appropriate.
The Procurement Contract Documents can only be changed by a Modification.
1.07 NOTIFICATION BY MANUFACTURER
A. Notify the Project Construction Manager of:
1. Required testing and inspections including observation required by Project
Construction Manager, Design Professional, or inspection agencies prior to covering
work;
2. Errors, conflicts, or discrepancies in the Procurement Contract Documents that require
attention;
3. Issues related to delays or disruptions;
4. Site related issues including unforeseen Site conditions, potential conflicts, or
Hazardous Environmental Conditions;
5. Issues related to bonds or insurance;
6. Changes in key personnel or suppliers;
7. Request to shut down facilities or utilities;
8. Proposed utility connections;
9. Special meetings; and
10. Training.
B. Provide notification a minimum of 2 weeks in advance in order to allow Owner's Project
Team time to respond appropriately to the notification, unless a shorter time is agreed to
by the Project Construction Manager.
C. Use Notification by Manufacturer provided by the Project Construction Manager.
Project Coordination 01 31 13 - 4
LUB23203 - West Lubbock Water System Expansion October 31, 2018
1.08 PLANS OF ACTION
A. Assist Contractor in the development of a Plan of Action prior to shutting down essential
services, including:
1. Electrical power;
2. Control power;
3. Process piping;
4. Pumps and process equipment;
5. Communications equipment; and
6. Work elements impacting other designated operations.
B. Describe the following in the Plan of Action:
1. Scheduled dates for construction;
2. Work to be performed;
3. Utilities, piping, or services affected;
4. Length of time the service or utility will be disturbed;
5. Procedures to be used to carry out the work;
6. Contingency plans for emergencies;
7. List of manpower, equipment, and ancillary supplies;
8. Backups for key pieces of equipment and key personnel; and
9. Contingency plan that will be used if the original schedule cannot be met.
C. Submit the Plan of Action for approval 4 weeks prior to beginning the work.
D. Conduct a pre -action conference with Owner's Project Team and Contractor involved in the
process prior to implementing the Plan of Action to discuss the implementation of the Plan
of Action.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Project Coordination 01 31 13 - 5
LUB23203 - West Lubbock Water System Expansion October 31, 2018
01 31 14 CHANGE MANAGEMENT
1.00 GENERAL
1.01 REQUESTS FOR CHANGE PROPOSAL
A. Owner's Project Team will initiate Modifications by issuing a Request for a Change Proposal
(RCP).
1. Project Construction Manager and Design Professional will prepare a description of
proposed Modifications.
2. Project Construction Manager will issue the Request for a Change Proposal form to
Manufacturer.
3. Return a Change Proposal to the Project Construction Manager in accordance with
Paragraph 1.02 for evaluation by the Owner's Project Team.
1.02 CHANGE PROPOSALS
A. Submit a Change Proposal to the Project Construction Manager for Manufacturer initiated
changes in the Procurement Contract Documents or in response to a Request for Change
Proposal. Submit the Change Proposal; attach forms provided by the Project Construction
Manager.
B. Provide a complete description of the proposed Modification if the Change Proposal is
Manufacturer initiated. Provide a complete description of any proposed changes to the
Owner's Project Team's Description of Modifications.
C. Explain why the Modification is requested if not in response to a Request for a Change
Proposal.
D. Provide a detailed breakdown of the proposed cost if the Modification requires a change in
Procurement Contract Price. The itemized breakdown is to include:
1. List of materials and equipment to be installed;
2. Man hours for labor by classification and billing rates by individual or classification of
employee;
3. Equipment used in production or providing Goods and Special Services;
4. Consumable supplies, fuels, and materials;
5. Subcontractor or supplier costs;
6. Royalties and patent fees;
7. Taxes;
8. Bonds and insurance;
9. Overhead and profit; and
10. Other items of cost.
E. Provide the level of detail outlined in Paragraph 1.02.11) for each subcontractor or supplier
actually performing the work, if work is to be provided by a subcontractor or supplier.
Change Management 01 31 14 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
Indicate appropriate Manufacturer markups for work provided through subcontractors and
suppliers. Provide the level of detail outline in the paragraph above for self -performed
work. Manufacturer's fee is to be determined in accordance with the General Conditions.
Provide a revised schedule. Show the effect of the change on the Project Schedule and the
Procurement Contract Times.
G. Submit a Change Proposal to the Project Construction Manager to request a Field Order if
there is no proposed changed in Procurement Contract Price or Procurement Contract
Times.
H. A Change Proposal is required for all substitutions or deviations from the Procurement
Contract Documents, other than those requested a part of a Shop Drawings submitted in
accordance with Section 0133 02 "Shop Drawings."
1.03 MODIFICATIONS
A. Project Construction Manager will issue a Modification per the General Conditions if the
Change Proposal is acceptable to the Owner. Project Construction Manager will issue a
Change Order or Contract Amendment for any changes in Procurement Contract Price or
Procurement Contract Times.
1. Change Orders and Contract Amendments will be sent to the Manufacturer for
execution with a copy to the Owner recommending approval. A Work Change Directive
may be issued if work needs to progress before the Change Order or Contract
Amendment can be authorized by the Owner.
2. Work Change Directives, Change Orders, and Contract Amendments can only be
approved by the Owner.
Work performed on the Change Proposal prior to receiving a Work Change
Directive or approval of the Change Order or Contract Amendment is performed
at the Manufacturer's risk.
No payment will be made for work on Change Orders or Contract Amendments
until approved by the Owner.
No payment can be made on work authorized by Work Change Directive until the
Work Change Directive is incorporated into a Change Order or Contract
Amendment approved by the Owner.
B. The Manufacturer may be informed that the Change Proposal is not approved and
construction is to proceed in accordance with the Procurement Contract Documents.
1.04 SUBSTITUTIONS
A. Substitutions are defined as any product that the Manufacturer proposes to provide for the
Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along
with a Shop Drawing as required by Section 0133 02 "Shop Drawings" to request approval
of a substitution.
B. Prove that the product is acceptable as a substitute. It is not the Owner's Project Team's
responsibility to prove the product is not acceptable as a substitute.
Change Management 01 31 14 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
1. Indicate on a point -by -point basis for each specified feature that the product is
acceptable to meet the intent of the Procurement Contract Document requirements.
2. Make a direct comparison with the specified supplier's published data sheets and
available information. Provide this printed material with the submittal.
The decision of the Owner's Project Team regarding the acceptability of the proposed
substitute product is final.
C. Provide a certification that, in making the substitution request, the Manufacturer:
1. Has determined that the substituted product will perform in substantially the same
manner and result in the same ability to meet the specified performance as the
specified product;
2. Will provide the same warranties and/or bonds for the substituted product as
specified or as would be provided by the Manufacturer of the specified product;
3. Will assume all responsibility to coordinate any modifications that may be necessary to
incorporate the substituted product into the Project and will waive all claims for
additional work which may be necessary to incorporate the substituted product into
the Project which may subsequently become apparent; and
4. Will maintain the same time schedule as for the specified product.
D. Pay for review of substitutions in accordance with Section 0133 02 "Shop Drawings."
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Change Management 01 31 14 - 3
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 33 00 DOCUMENT MANAGEMENT
1.00 GENERAL
1.01 WORK INCLUDED
A. Submit documentation as required by the Procurement Contract Documents and as
reasonably requested by the Owner's Project Team.
1.02 QUALITY ASSURANCE
A. Submit legible, accurate, complete documents presented in a clear, easily understood
manner. Documents not meeting these criteria will be returned without review.
1.03 MANUFACTURER'S RESPONSIBILITIES
A. Review documents prior to submission. Make certifications as required by the Procurement
Contract Documents and as indicated on the forms provided by the Project Construction
Manager.
B. Provide a list of the documents that are to be submitted, the dates on which documents
are to be sent to the Project Construction Manager for review, and proposed dates that
submittals must be returned to comply with the project schedule. Use the form provided by
the Project Construction Manager for this list.
1.04 SUBMITTAL PROCEDURES
A. Submit all documents in digital format for processing.
1. Provide all information requested for each type of document. Do not leave any blanks
incomplete. If information is not applicable, enter NA in the space provided.
2. Submit all attached documents in Portable Document Format (PDF).
a. Create PDF documents using Bluebeam Revu software or other compatible
software that will create files that can be opened and annotated using Bluebeam
Revu software.
b. Create PDF documents from native format files unless files are only available from
scanned documents.
C. Rotate pages so that the top of each document appears at the top of the monitor
screen when opened in PDF viewing software.
d. Submit PDF documents with adequate resolution to allow documents to be
printed in a format equivalent to the document original. Documents are to be
scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper.
e. Submit color PDF documents where color is required to interpret the document.
f. Create or convert documents to allow text to be selected for comments or
searched using text search features. Run scanned documents through Optical
Character Recognition (OCR) software if necessary.
Document Management 01 33 00 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
g. Flatten markups in documents to prevent markups made by Manufacturer from
being moved or deleted. Flatten documents to allow markup recovery.
Use Bluebeam Revu software to reduce file size using default settings except the
option for "Drop Metadata". Uncheck the "Drop Metadata" box when reducing
file size.
Add footers to each document with the Project name.
1.05 SUBMITTAL REQUIREMENTS
A. Furnish documents as indicated in individual Specification Sections. Submit documents per
the procedures described in the Procurement Contract Documents.
B. Submit documents per the Specification Sections shown in the following table:
Document Type
Specification
Section
Application for Payment
01 29 00
Change Proposal
01 31 14
Certified Test Report
01 33 02
Equipment Installation Report
01 75 00
Notification by Manufacturer
01 31 13
Operation & Maintenance Manuals
01 33 04
Request for Information
0131 13
Shop Drawing
01 33 02
Schedule of Values
01 29 00
Substitutions
01 31 14
Suppliers and Subcontractors
01 31 14
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Document Management 01 33 00 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 33 02 SHOP DRAWINGS
1.00 GENERAL
1.01 WORK INCLUDED
A. Shop Drawings are required for those Goods that cannot adequately be described in the
Procurement Contract Documents to allow fabrication, erection, or installation of the
Goods without additional detailed information from the Manufacturer.
B. Submit Shop Drawings required by the Procurement Contract Documents and as requested
by the Owner's Project Team to:
1. Record the Goods to be provided to the Owner for the Project;
2. Provide detailed information for fabricating, installing, commissioning, and testing of
the Goods; and
3. Allow the Design Professional to advise the Owner if Goods proposed for the Project
by the Manufacturer conform, in general, to the design concepts of the Procurement
Contract Documents.
C. Participate in submittal related meetings in accordance with Section 01 31 13 "Project
Coordination."
D. Manufacturer's responsibility for full compliance with the Procurement Contract
Documents is not relieved by Owner's Project Team's review of Shop Drawings.
Modifications can only be approved by Change Order or Field Order.
1.02 QUALITY ASSURANCE
A. Submit legible, accurate, complete documents presented in a clear, easily understood
manner. Shop Drawings not meeting these criteria will be rejected.
B. Demonstrate that the proposed Goods fully comply with the design criteria and
requirements of the Procurement Contract Documents or will comply if the deviations
requested per Paragraph 1.07 are approved.
C. Furnish and install Goods that fully comply with the information included in the submittal.
1.03 MANUFACTURER'S RESPONSIBILITIES
A. Shop Drawings are required for the following items:
1. Construction submittals shall be as described in the Division 26 technical
specifications.
B. Schedule:
1. Submit Shop Drawings so production of the Goods will not be delayed.
2. Allow a reasonable time for the review of Shop Drawings and include time for making
revisions to the Shop Drawings as well as resubmitting the Shop Drawing for a least a
second review. Assume a 21-day review cycle for each time a Shop Drawing is
submitted for review unless a longer period is indicated in the Procurement Contract
Documents.
Shop Drawings 01 33 02 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
Allow adequate time for ordering, fabricating, delivering, and installing Goods so
construction of the Project is not delayed.
C. Review Shop Drawings before they are submitted.
1. Prepare and review the Shop Drawing. Coordinate the Shop Drawing with other Shop
Drawings and the Procurement Contract Documents.
2. Determine and verify specified performance and design criteria, installation
requirements, materials, catalog numbers, and similar information with respect to
Shop Drawings.
3. Determine and verify the suitability of Goods offered with respect to the indicated
application, fabrication, shipping, handling, storage, assembly, and installation
pertaining to the performance of the work.
4. Determine and verify information relative to Manufacturer's responsibilities for
means, methods, techniques, sequences, procedures of installation, and safety
precautions and programs incident thereto.
D. Determine and verify:
1. Field measurements, quantities, and dimensions are shown on the Shop Drawing and
are accurate;
2. Location of existing structures, utilities, and equipment related to the Shop Drawing
have been shown and conflicts between the Goods, existing structures, utilities, and
equipment have been identified;
3. Conflicts that impact the installation of the Goods have been brought to the attention
of the Owner's Project Team through the Project Construction Manager; and
4. Shop Drawings are complete for their intended purpose.
Review Shop Drawings prior to submitting to the Project Construction Manager. Certify that
all Shop Drawings have been reviewed by the Manufacturer and are in strict conformance
with the Procurement Contract Documents as modified by Addenda, Change Order, or Field
Order when submitting Shop Drawings.
Fabrication or installation of any Goods prior to the approval of Shop Drawings is done at
the Manufacturer's risk. Defective Goods will be rejected.
G. Payment will not be made for Goods for which Shop Drawings are required until these are
approved by the Owner's Project Team.
1.04 SUBMITTAL REQUIREMENTS
A. Provide adequate information in Shop Drawings so Design Professional can:
1. Assist the Owner in selecting colors.
2. Compare the proposed features of the Goods with the specified features and advise
Owner that the product does, in general, conform to the Procurement Contract
Documents.
Shop Drawings 01 33 02 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
3. Compare the performance features of the proposed Goods with those specified and
advise the Owner that the Goods do, in general, conform to the performance criteria
specified in the Procurement Contract Documents.
4. Review required certifications, guarantees, warranties, and service agreements for
compliance with the Procurement Contract Documents.
B. Include a complete description of the Goods to be furnished, including:
1. Type, dimensions, size, arrangement, model number, and operational parameters of
the components;
2. Weights, gauges, materials of construction, external connections, anchors, and
supports required;
3. Performance characteristics, capacities, design data, motor curves, and other
information necessary to allow a complete evaluation of mechanical components;
4. All applicable standards including ASTM or Federal specification numbers;
5. Fabrication and installation drawings, setting diagrams, manufacturing instructions,
templates, patterns, and coordination drawings; and
6. Wiring and piping diagrams and related controls.
C. Submit Shop Drawings that require coordination with other Shop Drawings at the same
time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until
a complete package is submitted.
D. Submit information for all of the components and related equipment required for a
complete and operational system in one Shop Drawing.
1. Include electrical, mechanical, and other information required to indicate how the
various components of the system function together as a system.
2. Provide certifications, warranties, written guarantees, and service contracts with the
submittal package for review when these are required.
1.05 SPECIAL CERTIFICATIONS AND REPORTS
A. Provide all required special certifications, reports, and other documentation with the Shop
Drawings as specified in the individual Specification Sections which may include:
1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving
results of tests performed on Goods to indicate their compliance with the
Specifications. This report is to demonstrate that the Goods will meet the
requirements of the Procurement Contract Documents when installed and is part of
the Shop Drawing. Field tests may be performed by the Owner to determine that
installed Goods meet the same quality as indicated in the CTR submitted as part of the
Shop Drawing.
2. Certificate of Adequacy of Design (CAD): A certified letter from the Manufacturer of
the equipment stating that the equipment has been designed to be structurally stable
and to withstand all imposed loads without deformation, failure, or adverse effects to
the performance and operational requirements of the unit. The letter must state that
mechanical and electrical components have been adequately sized to be fully
Shop Drawings 01 33 02 - 3
LUB23203 - West Lubbock Water System Expansion April 30, 2024
operational for the conditions specified or normally encountered by the product's
intended use.
1.06 SHOP DRAWING SUBMITTAL PROCEDURES
A. Submit all documents in digital format for processing.
1. Provide all information requested for Shop Drawings. Do not leave any blanks
incomplete. If information is not applicable, enter NA in the space provided.
2. Submit all attached documents in Portable Document Format (PDF) per
Section 0133 00 "Document Management."
3. Submit each specific product, class of material, or equipment system separately so
these can be tracked and processed independently. Do not submit Shop Drawings for
more than one system in the same Shop Drawing.
4. Submit items specified in different Specification Sections separately unless they are
part of an integrated system.
5. Define abbreviations and symbols used in Shop Drawings.
a. Use terms and symbols in Shop Drawings consistent with the Procurement
Contract Drawings.
b. Provide a list of abbreviations and their meaning as used in the Shop Drawings.
C. Provide a legend for symbols used on Shop Drawings.
6. Mark Shop Drawings to reference:
a. Related Specification Sections;
b. Drawing number and detail designation;
C. Equipment designation or name;
d. Schedule references;
e. System into which the product is incorporated; and
f. Location where the product is incorporated into the Project.
B. Markup Shop Drawings for review using the following procedure:
1. Make comments and corrections in blue.
2. Highlight in black or redact items that are not being furnished when the supplier's
standard drawings or information sheets are provided so that only the Goods to be
provided are in their original color.
3. Make comments in green where selections or decisions by the Design Professional are
required. Add explanatory comments to the markup to indicate the action proposed to
betaken by the Design Professional.
4. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop
Drawings.
5. Dimensions or other data that do not appear to conform to the Procurement Contract
Documents will be marked as "At Variance With" (AVW) the Procurement Contract
Shop Drawings 01 33 02 - 4
LUB23203 - West Lubbock Water System Expansion April 30, 2024
Documents or other information provided. The Manufacturer is to make revisions as
appropriate to comply with Procurement Contract Documents.
C. Complete certifications required by Paragraph 1.03.E.
1.07 REQUESTS FOR DEVIATION
A. Submit a Change Proposal per Section 01 31 14 "Change Management" to request
modifications to the Procurement Contract Documents, including those for approval of a
substitution for specified Goods or procedures, for deviations from the Procurement
Contract Documents. A Change Proposal is required for any feature of the Goods that does
not fully comply with the Procurement Contract Documents.
B. Identify each deviation as a separate item in the Change Proposal. Include all requested
deviations that must be approved as a group at one time and identify them as a single item.
If approval or rejection of a requested deviation will impact other requested deviations,
then all related deviations should be included in that item, so the status and action can be
determined on the requested deviation as a whole.
C. Include a description of why the deviation is required and the impact on Procurement
Contract Price or Procurement Contract Times. Include the amount of any cost savings to
the Owner for a deviation that will result in a reduction in cost.
D. Submit a Change Proposal prior to submitting the Shop Drawing. A Change Order or Field
Order must be issued by the Project Construction Manager to approve a deviation.
1. A Field Order will be issued by the Project Construction Manager for deviations
approved by the Design Professional if the requested deviation is acceptable and if the
requested deviation will not result in a change in Procurement Contract Price or
Procurement Contract Times.
2. A requested deviation will be rejected if the requested deviation is acceptable, but the
requested deviation will or should result in a change in Procurement Contract Price or
Procurement Contract Times.
1.08 DESIGN PROFESSIONAL AND PROJECT CONSTRUCTION MANAGER RESPONSIBILITIES
A. Shop Drawings will be received by the Project Construction Manager. Project Construction
Manager will log the documents and forward to the Design Professional for review per this
Section for general conformance with the Procurement Contract Documents.
1. Design Professional's review and approval will be only to determine if the Goods
described in the Shop Drawing will, after installation or incorporation into the work,
conform to the information given in the Procurement Contract Documents and be
compatible with the design concept of the completed Project as a functioning whole as
indicated by the Procurement Contract Documents.
2. Design Professional's review and approval will not extend to means, methods,
techniques, sequences, or procedures of construction or to safety precautions or
related programs.
3. Design Professional's review and approval of a separate item as such will not indicate
approval of the assembly in which the item functions.
Shop Drawings 01 33 02 - 5
LUB23203 - West Lubbock Water System Expansion April 30, 2024
B. Comments will be made on items called to the attention of the Design Professional for
review and comment. Any marks made by the Design Professional do not constitute a
blanket review of the submittal or relieve the Manufacturer from responsibility for errors
or deviations from the Procurement Contract requirements.
1. Design Professional will respond to Manufacturer's markups by either making markups
directly in the Shop Drawing file using red or by attaching a Document Review
Comments form with review comments keyed to the Shop Drawing.
2. Shop Drawings that are reviewed will be returned with one or more of the following
status designations:
a. Approved: Shop Drawing is found to be acceptable as submitted.
b. Approved as Noted: Shop Drawing is approved so long as corrections or notations
made by Design Professional are incorporated into the Shop Drawing.
C. Not Approved: Shop Drawing or Goods described are not acceptable.
3. Shop Drawing will also be designated for one of the following actions:
a. Final Distribution: Shop Drawing is acceptable without further action and has
been filed as complete.
b. Shop Drawing Not Required: A Shop Drawing was not required by the
Procurement Contract Documents.
C. Cancelled: This action indicates that for some reason, the Shop Drawing is to be
removed from consideration and all efforts regarding the processing of that
document are to cease.
d. Revise and Resubmit: Submittal has deviations from the Procurement Contract
Documents, significant errors, or is inadequate and must be revised and
resubmitted for subsequent review.
4. A Shop Drawing with a significant or substantial number of markings by the
Manufacturer may be marked "Approved as Noted" and "Revise and Resubmit." These
drawings are to be revised to provide a clean record of the submittal. Proceed with
ordering Goods as the documents are revised.
5. A Shop Drawing will be returned without review if it apparently:
a. Contains excessive deficiencies;
b. Clearly does not meet the requirements of this Section for presentation or
content to the point where continuing to review the document would be
counterproductive; or
C. Goods clearly do not meet the requirements of the Procurement Contract
Documents
Revise the Shop Drawing to comply with the requirements of this Section and
resubmit.
6. Actions "a" through "c" will close out the Shop Drawing review process and no further
action is required as a Shop Drawing. Actions "d" through "f" require follow up action
to close out the review process.
Shop Drawings 01 33 02 - 6
LUB23203 - West Lubbock Water System Expansion April 30, 2024
7. Manufacturer is to resubmit the Shop Drawing until it is acceptable and marked
"Approved" or "Approved as Noted" and is assigned an action per Paragraph 1.08.113.3
that indicates that the Shop Drawing process is closed.
1.09 RESUBMISSION REQUIREMENTS
A. Make all corrections or changes in the Shop Drawings required by the Design Professional
and resubmit to the Project Construction Manager until approved.
1. Revise initial drawings or data and resubmit as specified for the original submittal.
2. Highlight or cloud in green those revisions which have been made in response to the
previous reviews by the Design Professional. This will include changes previously
directed to the attention to Design Professional requiring selections or decisions by
the Design Professional or comment in red made by the Owner's Project Team.
Highlight and cloud new items in green where selections or decisions by the Design
Professional are required. Add explanatory comments to the markup to indicate the
action requested of the Design Professional.
B. Pay for excessive review of Shop Drawings.
1. Excessive review of Shop Drawings is defined as any review required after the original
review has been made and the first resubmittal has been checked to see that
corrections have been made.
2. Review of Shop Drawings will be an additional service requiring payment by the
Manufacturer if the Manufacturer submits a substitution for a product for which a
Shop Drawing has previously been approved, unless the need for such change is
beyond the control of Manufacturer.
3. Cost for additional review time will be billed to the Owner by the Design Professional
for the actual hours required for the review of Shop Drawings by Design Professional
and in accordance with the rates listed in Section 00 73 00 "Supplementary
Conditions."
4. A Set-off will be included in each Payment Application to pay cost for the additional
review submitted to the Owner on a monthly basis. The Set-off will be based on
invoices submitted to Owner for these services.
5. Need for more than one resubmission or any other delay in obtaining Design
Professional's approval of Shop Drawings will not entitle the Manufacturer to an
adjustment in Procurement Contract Price or an extension of Procurement Contract
Times.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Shop Drawings 01 33 02 - 7
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 33 04 OPERATION AND MAINTENANCE DATA
1.00 GENERAL
1.01 SUMMARY
A. Prepare a complete and detailed operation and maintenance manual (manual) for each
type and model of equipment or product furnished and installed under this Procurement
Contract.
B. Prepare manuals in the form of an instruction manual for the Owner. The manuals must be
suitable for use in providing the operation and maintenance instructions required by
Section 0179 00 "Training of Operation and Maintenance Personnel."
C. Provide complete and detailed information specifically for the products or systems
provided for this Project. Include the information required to operate and maintain the
product or system.
D. Manuals are to be provided in addition to any information packed with or attached to the
product when delivered. Remove information packed with or attached to the product and
include this information as an attachment to the manual.
E. Include cost for manuals provided by Suppliers and Subcontractors as described in this
Section in the Cost of Work for that equipment item.
1.02 DOCUMENTATION
A. Submit manuals in accordance with Section 0133 00 "Document Management." Attach a
copy of the Operation and Maintenance Manual Review Report form provided by the
Project Construction Manager to each manual with pertinent information completed.
B. Provide one preliminary electronic copy of the manual to the Project Construction Manager
for review within 15 days after review of any equipment submittal by the Owner's Project
Team.
C. Provide one electronic copy and three printed copies of the final manual after:
1. Preliminary manuals have been approved;
2. Field test records have been incorporated into the manual; and
3. Record Documents per Section 01 31 13 "Project Coordination" have been approved
and have been incorporated in the final manual.
D. Provide copies of the manufacturer's warranties, guarantees, or service agreements in
accordance with Section 0170 00 "Execution and Closeout Requirements."
2.00 PRODUCTS
2.01 MATERIALS
A. Provide digital files for each manual as specified in Paragraph 2.02.
Operation and Maintenance Data 0133 04 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
1. Use filenames that correspond to the equipment designation shown in the
Procurement Contract Documents or other equipment designations provided by the
Owner's Project Team.
2. Submit a preliminary version of the electronic manual for review. Provide a final
version of the manual incorporating Owner's Project Team's comments.
B. Provide printed copies of each manual as specified in Paragraph 2.03.
2.02 ELECTRONIC MANUAL FORMAT
A. Provide individual electronic files for each manual.
1. Maximum file size is 100 MB. If manual is greater than maximum allowable file size,
provide individual files for each major section of manual.
2. Acceptable file types for written documents are Portable Document File (PDF) or
provide manual text in Microsoft Word. Provide drawings in native format and PDF
format. All files must be compatible with the latest software version available.
3. Filename must identify the equipment location, equipment manufacturer, and date
equipment placed in service, e.g. Pump Room-Manufacturer-200503.pdf.
4. Each electronic file must contain a table of contents at the beginning of the file which
includes hypertext links or bookmarks to navigate the file contents per
section/chapter.
5. Scanned images of written documents are not acceptable. Document must allow
character selection. Text within a file must be transferable to other documents.
6. Drawing files must have the ability to turn on/off drawing layers within the file.
2.03 PRINTED MANUAL FORMAT
A. Printed copies of each manual are to be submitted as follows:
1. Print manuals on heavy, first quality 8-1/2 x 11 paper.
a. Reduce drawings and diagrams to 8-1/2 x 11 paper size.
b. When reduction is not practical, fold drawings and place each separately in a
clear, super heavy weight, top loading polypropylene sheet protector designed
for three-ring binder use. Provide a typed identification label on each sheet
protector.
C. Punch paper for standard three-ring binders.
2. Place manuals in heavy duty presentation binders with clear front, back, and spine
covers.
3. Identify each manual by placing a printed cover sheet in the front cover of the binder
and as the first page in the manual. The first page is to be placed in a clear
polypropylene sheet protector. The information on first page and the cover page are
to include:
a. Name of Owner;
Operation and Maintenance Data 0133 04 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
b. Project name;
c. Volume number; and
d. Table of contents.
4. Insert the name of the Project and volume number into the spine covers.
5. Sheet lifters are to be provided.
6. Minimum size is 2-inch capacity. Maximum size is 3-inch capacity. Fill binders to only
three -fourths of its indicated capacity to allow for addition of materials to each binder
by the Owner.
7. Provide index tabs for each section of the manual. Indexes are to be constructed of
heavy-duty paper with a reinforced binding edge. The designation on each index tab is
to correspond to the number and letter assigned in the Table of Contents.
8. Manuals for several products or systems may be provided in the same binder.
Correlate the data into related groups when multiple binders are used.
a. Sections for each product or system must be included in the same binder.
b. Sections must be in numerical order from volume to volume.
3.00 EXECUTION
3.01 MANUAL ORGANIZATION AND CONTENTS
A. Provide a table of contents listing each section of the manual for each product or system.
1. Assign a number and letter to each section in the manual.
a. The number is to correspond to the Owner's equipment numbering system or
other system designated in the Procurement Contract Documents.
b. The letter assigned will represent the part of the manual, consistent with the
manual contents as required by this Section.
2. Identify each product or system using the nomenclature shown in the Procurement
Contract Documents. Provide a cross reference to the Owner's numbering system and
designations for equipment indicated in the Procurement Contract Documents if these
are different.
B. Include only the information that pertains to the product described. Annotate each sheet
to:
1. Clearly identify the specific product or component installed;
2. Clearly identify the data applicable to the installation; and
3. Delete or strike through references to inapplicable information.
C. Supplement manual information with drawings as necessary to clearly illustrate relations of
component parts of equipment and systems, and control and flow diagrams.
Operation and Maintenance Data 0133 04 - 3
LUB23203 - West Lubbock Water System Expansion April 30, 2024
3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT
A. Provide the following information in the first tabbed section of each manual:
1. A description of the unit and component parts and how it functions.
2. Operating instructions for pre -startup, startup, normal operations, regulation, control,
shutdown, emergency conditions, and limiting operating conditions.
3. The sequence of operation by the controls manufacturer. Provide control diagrams by
the manufacturer, modified to reflect the as -built, as -installed condition.
4. Include general assembly drawings, sections, and photographic views as necessary to
completely depict and properly identify the equipment. Indicate the dimensions,
weight, capacity, and design conditions for the equipment.
B. Include detailed information to allow for the proper installation, calibration, testing,
preventative, and corrective maintenance procedures in the second section of the manual
or of each section of the manual information if the manual covers a multi -component
equipment system:
1. Maintenance instructions including assembly, installation, alignment, clearances,
tolerances, and interfacing equipment requirements, adjustment, and checking
instructions. Include any special rigging required to place the equipment into place,
and any special test equipment required to place the equipment in service.
2. A safety subsection which addresses all safety and tag -out procedures necessary to
safely operate and maintain the equipment.
3. Lubrication schedule and lubrication procedures. Include a cross reference for
recommended lubrication products.
4. Troubleshooting guide.
5. Provide a table showing the schedule of routine maintenance requirements and
seasonal work which is not performed at a set frequency. Preventative maintenance
tasking which addresses:
Daily/weekly inspections performed by operations personnel;
Routine preventative maintenance scheduled weekly, monthly, quarterly, semi-
annually, or annually through major overhauls by maintenance personnel; and
Predictive maintenance work such as alignment, analysis of the equipment,
vibration, flow, oil sampling, etc.
6. Description of sequence of operation by the control manufacturer.
7. Warnings for detrimental maintenance practices.
8. Include detailed corrective maintenance procedures.
Detail equipment for complete disassembly and assembly;
Provide cross -sectional drawings or exploded views with all parts numbered to
correspond with the numbers in the parts list to permit identification of the
various parts;
Operation and Maintenance Data 0133 04 - 4
LUB23203 - West Lubbock Water System Expansion April 30, 2024
C. Provide a table of normal clearances, diameters, thickness of new parts, and
limits permissible for wearing parts; and
d. List torque settings for nuts, bolts, and fasteners when critical to the equipment's
performance.
C. Include all necessary diagrammatic piping and wiring diagrams and miscellaneous drawings
and equipment in the third section of the manual or of each section of the manual if the
manual covers a multi -component equipment system.
D. Provide spare parts information in the fourth section of the manual including:
1. Part numbers for ordering new parts;
2. Assembly illustrations showing an exploded view of the complex parts of the product;
3. Predicted life of parts subject to wear;
4. List of the manufacturer's recommended spare parts, current prices with effective
date, and number of parts recommended for storage;
5. Directory of a local source of supply for parts with company name, address, and
telephone number;
6. Complete nomenclature and list of commercial replacement parts; and
7. Complete list of spare parts, spare equipment, tools, and materials that are turned
over to the Owner.
E. Provide statistical information from the original equipment manufacturer as to
performance such as pump curves, flow charts insulation resistance, calibration, or test
data sheets in the fifth section of the manual, including all field testing records used to
verify actual performance.
F. Provide equipment name plate data installed on equipment and valves and equipment data
sheets as required and furnished by the Owner in the sixth section of the manual.
G. Provide a copy of warranties and the date the warranty expires for equipment in the
seventh section of the manual.
3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL
A. Provide all of the information listed in Paragraph 3.02 as appropriate and include the
following information:
1. Control schematics and point to point wiring diagrams prepared for field installation;
2. Circuit directories of panel boards and terminal strips and as installed color coded
wiring diagrams; and
3. Other information as may be required by the individual Specification Sections.
3.04 LIST OF SERVICE ORGANIZATIONS
A. Provide a directory of authorized service organizations with company name, address,
telephone number, email address, and the contact person for warranty repair.
Operation and Maintenance Data 0133 04 - 5
LUB23203 - West Lubbock Water System Expansion April 30, 2024
END OF SECTION
Operation and Maintenance Data 0133 04 - 6
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 64 10 CONTRACTOR INSTALLED GOODS AND SPECIAL SERVICES
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide Goods and Special Services in accordance with the Procurement Contract
Documents. Accept the assignment of Goods and Special Services to the Contractor for
installation per the agreements between the Owner and Contractor listed in Paragraph
3.01.
B. Coordinate the providing of Special Services in accordance with the Contractor's contract
documents.
C. Provide documentation required by the Procurement Contract Documents and the
Contractor's contract documents for the installation of Goods and Special Services.
1.02 DOCUMENTATION
A. Owner will provide documentation of the Transfer of Owner Furnished Goods and Special
Services listed in Section 01 11 00 "Summary of Work" using forms provided by the Project
Construction Manager. This document will fix the date for transfer of responsibilities for
the receipt, storage, and installation of the Goods and provision of Special Services in
accordance with the Procurement Contract Documents and the Contractor's contract
documents.
B. Provide Shop Drawings per Section 0133 02 "Shop Drawings."
C. Provide operation and maintenance data per Section 0133 04 "Operation and
Maintenance Data."
D. Provide Equipment Installation Reports as required by Section 0175 00 "Starting and
Adjusting."
E. Provide other submittals required regarding the Goods and Special Services per the
requirements of Section 0133 00 "Document Management."
1.03 QUALITY ASSURANCE
A. Inspect the condition of all equipment installed and promptly advise the Project
Construction Manager in writing of defects or damage.
B. Provide the services of the Manufacturer's representative to assist in installation of the
equipment in accordance with Section 0175 00 "Starting and Adjusting."
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION
3.01 OWNER -SELECTED CONTRACTORS FOR INSTALLATION OF GOODS AND SPECIAL SERVICES
A. Owner has not selected the Contractor to install the Goods and Special Services.
Contractor Installed Goods and Special Services 0164 10 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
3.02 CONTRACTOR'S INSTALLATION AND SERVICES
A. Contractor will arrange for delivery of the equipment to be furnished and furnish personnel
and equipment as needed to carefully unload the items and either store them or set them
in place.
B. Contractor will provide the labor, tools, equipment, and appurtenances necessary to
inspect, install, and place in operating conditions all Goods by the Manufacturer.
C. Contractor will assemble equipment disassembled for shipping and include the cost of this
assembly in the Contractor's contract price. Provide Contractor information regarding the
extent of assembly that will be required.
D. Contractor will furnish all incidental items not supplied with the Goods that may be
required for complete installation and include the cost for these items in the Contractor's
contract price.
E. Contractor will coordinate the services of the Manufacturer's representative to assist in
installation of the equipment in accordance with the specifications included in appendices
and Section 0175 00 "Starting and Adjusting." Contractor will schedule the representative
to be available when needed to assist and instruct in the proper installation and adjustment
of the equipment. All Work and adjustments by Contractor must be done in accordance
with the Manufacturer's recommendations and instructions of their representative.
Manufacturer will provide installation, documentation, and training as required in the
Procurement Contract Documents and as required by the Contractor's contract documents.
END OF SECTION
Contractor Installed Goods and Special Services 0164 10 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS
1.00 GENERAL
1.01 WORK INCLUDED
A. Comply with requirements of the General Conditions and specified administrative
procedures in closing out the Procurement Contract.
1.02 DOCUMENTATION
A. Submit certifications and releases on forms provided by the Project Construction Manager.
1.03 SUBSTANTIAL COMPLETION
A. The following requirements must be met for the Project or a designated portion of the
Project to be substantially complete per the General Conditions:
1. Equipment must be fully functional and able to operate in accordance with the
Procurement Contract Documents without special or extraordinary efforts on the part
of the Owner.
2. Performance Acceptance Testing (PAT) must be complete and indicated compliance
with the requirements of the Procurement Contract Documents.
3. Operation and maintenance manuals must be approved and operator training
conducted to allow the Owner to assume responsibility for operations.
B. Conduct inspections with superintendent, subcontractors, and suppliers for the equipment
or a designated portion of the Project prior to calling for a substantial completion
inspection by the Owner's Project Team. Create a list of deficiencies that must be
completed for the Project to qualify for Substantial Completion. Review the list with the
Project Construction Manager or the designated member of the Owner's Project Team. The
Project Construction Manager or the designated member of the Owner's Project Team may
assist the Manufacturer with this effort; however it is the Manufacturer's responsibility to
create and manage this list of deficiencies until corrections are made.
C. Correct the identified deficiencies prior to calling for a substantial completion inspection.
D. Notify the Project Construction Manager that the Project or a designated portion of the
Project is substantially complete per the General Conditions. Owner's Project Team will visit
the Site to observe the Project within a reasonable time after the Notification by
Manufacturer is received to determine the status of the Project.
E. Project Construction Manager will notify the Manufacturer that additional work must be
performed before the Project will be substantially complete or issue a Certificate of
Substantial Completion.
1. Project Construction Manager will notify the Manufacturer of items that must be
completed before the Project will be considered substantially complete. Review the
list and notify the Project Construction Manager of any objections to items on the list
within 10 days after receiving the Certificate of Substantial Completion.
Execution and Closeout Requirements 0170 00 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
2. Correct the noted deficiencies in the Project. Notify the Project Construction Manager
when the noted deficiencies have been completed.
Owner's Project Team will visit the Site to observe the Project within a reasonable
time after the Notification by Manufacturer is received to determine that noted
deficiencies have been corrected or completed.
4. Project Construction Manager will issue a Certificate of Substantial Completion to the
Manufacturer when the Owner's Project Team considers the Project to be
substantially complete.
1.04 FINAL INSPECTION
A. The Project will be ready for Final Completion when the following requirements have been
met:
1. Project has been completed in accordance with the Procurement Contract Documents;
2. Equipment and systems have been tested per the Procurement Contract Documents
and are fully operational;
3. Operation and maintenance training has been completed;
4. Specified spare parts and special tools have been provided; and
5. The following project closeout documentation/items have been provided and
approved or accepted:
a. Record Documents per Section 01 31 13 "Project Coordination";
b. Shop Drawings, operation and maintenance manuals, and other documents as
required by the Procurement Contract Documents.
C. Documentation on specified spare parts and special tools per Section 01 31 00
"Project Management and Coordination";
d. Operating certificates or other similar releases required to allow the Owner
unrestricted use of the Project;
e. Evidence of continuing insurance and bond coverage as required by the
Procurement Contract Documents; and
f. Final documentation for all outstanding Modifications and Claims (other than
those listed on the Certificate of Final Completion) have been processed and are
ready for incorporation into the Final Application for Payment.
B. Conduct inspections with superintendent, subcontractors, and suppliers prior to calling for
a final completion inspection by the Owner's Project Team. Create a list of deficiencies in
the Project that must be completed for the project to qualify for the final completion
inspection. Review the list with the Project Construction Manager or the designated
member of the Owner's Project Team. The Project Construction Manager or the designated
member of the Owner's Project Team may assist the Manufacturer with this effort;
however it is the Manufacturer's responsibility to create and manage this list of deficiencies
until corrections are made.
Execution and Closeout Requirements 0170 00 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
C. Identify and correct deficiencies prior to calling for a final completion inspection. The call
for Final Completion represents the Manufacturer's interpretation of a project completed
in conformance with the Procurement Contract Documents and reflects the Manufacturer's
representation of a quality project meeting the Owner's expectations. The Project should
not include any deficiencies that the Manufacturer would reject if it were the Owner.
D. Owner's Project Team will visit the Site to determine if the Project is complete and ready
for final payment within a reasonable time after Notification by Manufacturer is received.
E. Project Construction Manager notify the Manufacturer of deficiencies or issue a Certificate
of Final Completion.
F. Take immediate steps to correct deficiencies in the Project. Notify the Project Construction
Manager when deficiencies in the Project have corrected. Owner's Project Team will visit
the Site to determine if the Project is complete and the Project is acceptable. Project
Construction Manager will notify the Manufacturer that the Project is complete or will
notify the Manufacturer that Project has deficiencies that are to be corrected.
G. Project Construction Manager will issue a Certificate of Final Completion to the
Manufacturer when the Owner's Project Team considers the Project to be finally complete.
H. Submit the request for final payment with closeout submittals described in the General
Conditions.
1.05 REINSPECTION FEES
A. Owner may impose a Set-off against the Application for Payment in accordance with the
General Conditions to compensate the Owner's Project Team if more than two visits for
either the substantial completion or final completion inspections are required because
Manufacturer failed to have Project ready for the inspection.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Execution and Closeout Requirements 0170 00 - 3
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 75 00 STARTING AND ADJUSTING
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide step-by-step procedures for starting and operating Goods.
B. Provide pre -startup inspections.
C. Place Goods in service and operate to prove performance and to provide for initial
correction of defects in workmanship, calibration, and operation.
D. Provide for initial maintenance and operation of Goods.
E. Provide Special Services required by the Procurement Contract Documents.
1.02 DOCUMENTATION
A. Provide the following documents in accordance with Section 0133 00 "Document
Management":
1. Assist the Contractor in preparing a Plan of Action for testing, checking, and starting
major equipment and process piping systems.
2. Equipment Installation Reports on the form provided by the Project Construction
Manager.
1.03 STANDARDS
A. Comply with the specified standards associated with the testing or startup of equipment.
2.00 PRODUCTS
2.01 TESTING INSTRUMENTATION
A. Provide the instrumentation and devices needed to conduct tests for startup and
calibration.
3.00 EXECUTION
3.01 SERVICES OF MANUFACTURER'S REPRESENTATIVES
A. Provide the services of experienced and technically competent, factory -trained
representative of the Manufacturer for inspections, tests, supervision of installation, and
assistance with placing equipment in operation. The Manufacturer's representative must
have a minimum of 5 years of experience in the installation and adjustment of similar
equipment and be acceptable to the Owner.
B. Perform installation, adjustment, and testing of the equipment. Certify that the equipment
and related appurtenances have been thoroughly examined and approved for startup and
operation in the Equipment Installation Reports.
Starting and Adjusting 01 75 00 - 1
LUB23203 -West Lubbock Water System Expansion April 30, 2024
C. Provide on -site services for the time necessary to assist in the installation and adjustment
of the equipment, making field acceptance tests required and providing other services
necessary for proper and trouble free operation of the equipment.
3.02 INSPECTION AND STARTUP
A. Inspect equipment prior to placing any equipment or system into operation. Make
adjustments as necessary for proper operation. Do not start or test any apparatus until the
complete unit has been installed and thoroughly checked.
1. Check for adequate and proper lubrication.
2. Determine that parts or components are free from undue stress from structural
members, piping, or anchorage.
3. Adjust equipment for proper balance and operations.
4. Determine that vibrations are within acceptable limits.
5. Determine that equipment operates properly under full load conditions.
6. Determine that the equipment is in true alignment.
7. Ensure that the proper procedure is employed in startup of systems.
3.03 STARTING REQUIREMENTS
A. Refer to the individual Specification Sections for specific startup procedures.
3.04 INITIAL OPERATION
A. Start, test, and place equipment and systems into operation for 30 days to allow the
Owner's Project Team to observe the operation and overall performance of the equipment
and to determine that controls function as intended.
B. Operate equipment which is used on a limited or part-time basis in the presence of the
Owner's Project Team for a period long enough to demonstrate that controls function as
specified.
C. Perform acceptance test as specified in individual Specification Sections. Demonstrate that
equipment and systems meet the specified performance criteria.
D. Equipment and systems may be considered as substantially complete at the end of this
initial operation period if the equipment is placed in continuous beneficial use by the
Owner, unless specifically stated otherwise in the individual equipment Specification
Section.
3.05 INITIAL MAINTENANCE
A. Service equipment in accordance with the operation and maintenance manual immediately
before releasing the equipment to the Owner.
END OF SECTION
Starting and Adjusting 01 75 00 - 2
LUB23203 -West Lubbock Water System Expansion April 30, 2024
01 78 36 WARRANTIES AND SERVICE AGREEMENTS
1.00 GENERAL
1.01 REQUIREMENTS
A. Provide Warranties and Extended Warranties that comply with the requirements of this
Section. Do not provide Goods for which these Warranties and Extended Warranties are
not available.
B. Warranties required by this Section are in addition to and not a limitation of any other
warranty or remedy required by law or by the Procurement Contract Documents.
C. Manufacturer warranties will be assigned to the Owner with provisions that reserve the
Contractor's right to also enforce the warranties.
1.02 WARRANTY REQUIREMENTS
A. Guarantee and warrant Goods against:
1. Defects due to faulty or inadequate design;
2. Defects due to improper assembly, erection, or improper installation of the
equipment;
3. Defective workmanship or materials;
4. Performance that fails to comply with the requirements of the Procurement Contract
Documents; and
5. Damage to equipment and associated systems resulting from operation of the
equipment prior to acceptance of the equipment by the Owner in accordance with the
provisions of the Procurement Contract Documents.
B. Warranty does not cover routine or normal deterioration or damage of the product
resulting from using the product under the specified operational parameters and assumes
that routine maintenance as required by supplier -provided detailed operation and
maintenance manuals and startup instructions have been performed.
C. The correction period is defined in the General Conditions. Individual Specification Sections
may have more stringent requirements than those stated in the General Conditions.
D. Extended Warranties and Extended Service Agreements may be required by this Section or
by Specifications for the Goods and Special Services.
E. Provide the longer or more stringent warranty in the event of conflicts between the
requirements of this Section and other Specification Sections.
1.03 DOCUMENTATION
A. Provide all required Warranties, Extended Warranties, and related documents with the
Shop Drawings for approval.
B. Include an additional copy of Warranties, Extended Warranties, and related documents
with operation and maintenance manuals.
Warranties and Service Agreements 0178 36 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
C. Provide a copy of all Warranties and Extended Warranties in a separate document in
accordance with Section 0170 00 "Execution and Closeout Requirements."
D. Extended warranties require that the warranty be accompanied by a letter from the
Manufacturer, signed by an officer of the Manufacturer's organization, that specifically
indicates:
1. The identification number(s) of the Goods;
2. Project name;
3. Owner's name;
4. The beginning and ending date of the Extended Warranty; and
5. Any other items required by the Procurement Contract Documents.
Provide an Equipment Installation Report to document proper installation and startup of
Goods after corrective actions are completed.
Provide copies of bonds with Extended Warranties and Extended Service Agreements if
bonds are required.
G. Issue warranty certificates or bonds in the name of the Owner.
1.04 NOT USED
1.05 WARRANTY COVERAGE AND CORRECTIVE ACTION
A. Correct Defective Goods during the one-year correction period in accordance with the
General Conditions.
B. Correct Defective Goods during the Extended Warranty Period by furnishing, delivering,
and installing parts required to correct the defect.
C. Owner will remove and load the Goods on a vehicle provided by the Manufacturer if it is
necessary to return the Goods to the Manufacturer for correction of defects during the
Extended Warranty Period. Owner will reinstall the Goods when they are returned to the
Site after defects have been corrected. The Manufacturer is to provide all parts, labor, and
incidental cost for making repairs, shipping the Goods to the Site, and providing startup
services in accordance with Section 0175 00 "Starting and Adjusting."
D. Begin correction of defects within 7 days after notification of defects by the Owner.
Continue to work without delay or interruption until the Defective Goods have been
corrected and returned to the Site if removed for repairs.
Owner may correct Defective Goods if corrective action is not completed within 3 months,
unless Owner agrees to a longer period of time. Manufacturer will pay cost for corrective
action, including cost for design and legal fees. Manufacturer is not obligated to obtain
competitive bids or take other action to reduce the cost of repairs for work to corrective
Defective Goods if Owner takes corrective action under this paragraph.
F. Correction of Defective Goods during the Extended Warranty Period does not extend the
correction period as is required under the provisions of the one-year correction period
included in the General Conditions.
Warranties and Service Agreements 0178 36 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Warranties and Service Agreements 0178 36 - 3
LUB23203 - West Lubbock Water System Expansion April 30, 2024
01 79 00 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL
1.00 GENERAL
1.01 SUMMARY
A. Provide services of Supplier's operation and maintenance training specialists to instruct
Owner's personnel in recommended operation and maintenance procedures for equipment
furnished. Details for training may be established in the specifications for that equipment.
B. Provide a combination of classroom and hands on training.
C. Training may be conducted at Manufacturer's or Supplier's facilities provided Manufacturer
pays for travel, lodging, and per diem costs of the Owner.
D. Record training sessions on video and submit to the Owner on DVD disk in MPEG-4 format
for Owner's later use in instructing Owner's personnel. Include this recording as part of the
final operation and maintenance manual. Provide legal releases or pay additional fees
required to allow training by the manufacturer to be recorded.
E. Include the cost for training and startup in the Cost of the Work for each equipment
package.
1.02 DOCUMENTATION
A. Provide documentation in accordance with Section 0133 00 "Document Management" and
include:
1. Equipment Installation Reports in accordance with Section 0175 00 "Starting and
Adjusting" on forms provided by the Project Construction Manager;
2. Operation and maintenance manuals per Section 0133 04 "Operation and
Maintenance Data";
3. A lesson plan for training in accordance with Paragraph 3.01.C; and
4. Credentials of Supplier's proposed operation and maintenance instructors
demonstrating compliance with requirements of Paragraph 1.04.
1.03 SCHEDULING OF TRAINING
A. Coordinate training services with startup and initial operation of equipment on days and
times Owner is available.
B. Training may be required outside of normal business hours to accommodate schedules of
operation and maintenance personnel.
C. Provide training of Owner's personnel after acceptable preliminary operation and
maintenance manuals have been approved.
D. Coordinate training with equipment startup and testing and availability of Owner's
personnel.
E. Provide a proposed training schedule for review and acceptance by Owner showing all
training required in the Procurement Contract Documents. Demonstrate compliance with
Training of Operation and Maintenance Personnel 0179 00 - 1
LUB23203 - West Lubbock Water System Expansion April 30, 2024
specified training requirements relative to number of hours of training, number of training
sessions, and scheduling.
Submit initial training schedule at least 60 days before scheduled start of first training
session. Submit final training schedule, incorporating revisions in accordance with Owner's
comments, no later than 30 days prior to starting the first training session.
G. Owner reserves the right to modify personnel availability for training in accordance with
process or emergency needs.
H. Schedule for training is to be approved by Owner.
1. Schedule training and startup operations for no more than one piece of equipment or
system at a time.
2. Owner may require re -scheduling of training if operations personnel are not available
for training on a scheduled date.
3. Provide a minimum of 2 weeks' notice if training must be rescheduled.
4. Training is to be limited to 24 hours per week.
5. Time required for training is to be included in the development of the Project
schedule.
Schedule and coordinate training for equipment or systems which depend upon other
equipment or systems for proper operation so that trainees can be made familiar with the
operation and maintenance of the entire operating system.
1.04 SERVICES OF SUPPLIER'S REPRESENTATIVE
A. Supplier's instructors must be factory -trained by the equipment manufacturer.
B. Instructors must have knowledge of the theory of operation and practical experience with
the equipment or system.
C. Instructors must be proficient and experienced in conducting training of the type required
and must have successfully conducted similar training courses.
D. Qualifications of instructors are subject to acceptance by Owner. Provide services of
replacement instructor with acceptable qualifications if Owner does not accept
qualifications of proposed instructor. Include each instructor's resume and specific details
of instructor's operating, maintenance, and training experience relative to the specific
equipment for which instructor will provide training to demonstrate their qualifications.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION
3.01 OPERATOR TRAINING
A. Provide classroom and hands-on training of the care and operation of the equipment to the
Owner's personnel.
Training of Operation and Maintenance Personnel 0179 00 - 2
LUB23203 - West Lubbock Water System Expansion April 30, 2024
B. Provide training in adequate detail to ensure that the trainees who complete the program
will be qualified and capable of operating and maintaining the equipment, products, and
systems provided.
C. Provide a training plan that indicates the schedule and sequence of the training programs.
The training plan is to include for each course:
1. Number of hours for the course;
2. Agenda and narrative description, including the defined objectives for each lesson;
3. Draft copy of training handbooks;
4. A descriptive listing of suggested reference publications;
5. Audio-visual equipment required for training; and
6. Type and number of tools or test equipment required for each training session.
D. Provide and use training aids to complement the instruction and enhance learning.
1. Provide training handbooks for use in both the classroom and the hands-on phases of
training for each course.
2. Provide instructional materials that include references to the operation and
maintenance manuals and identify and explain the use of the manual.
3. Provide a copy of all audio/visual training materials used in the presentations to the
Owner.
E. Operations training is to include:
1. Orientation to provide an overview of system/subsystem configuration and operation;
2. Terminology, nomenclature, and display symbols;
3. Operations theory;
4. Equipment appearance, functions, concepts, and operation;
5. Operating modes, practices, and procedures under normal, diminished, and
emergency conditions;
6. Startup and shutdown procedures;
7. Safety precautions;
8. On-the-job operating experience for monitoring functions, supervisory, or command
activities. Include functions and activities associated with diminished operating modes,
failure recognition, and responses to system/subsystem and recovery procedures; and
9. Content and use of operation and maintenance manuals and related reference
materials.
F. Provide training for performing on -site routine, preventive, and remedial maintenance of
the equipment or system. Maintenance training is to include but not be limited to:
1. Orientation to provide an overview of system/subsystem concept, configuration, and
operation;
2. Operations theory and interfaces;
Training of Operation and Maintenance Personnel 0179 00 - 3
LUB23203 - West Lubbock Water System Expansion April 30, 2024
3. Instructions necessary to ensure a basic theoretical and practical understanding of
equipment appearance, layout, and functions;
4. Safety precautions;
5. Use of standard and special tools and test equipment;
6. Adjustment, calibration, and use of related test equipment;
7. Detailed preventive maintenance activities;
8. Troubleshooting, diagnostics, and testing;
9. Equipment assembly and disassembly;
10. Repair and parts replacement;
11. Parts ordering practices and storage;
12. Failure and recovery procedures;
13. Cabling and/or interface connectors;
14. Content and use of operation and maintenance manuals and related reference
materials;
15. Procedures for warranty repairs;
16. Lubrication; and
17. Procedures, practices, documentation, and materials required to commence system
maintenance.
END OF SECTION
Training of Operation and Maintenance Personnel 0179 00 - 4
LUB23203 - West Lubbock Water System Expansion April 30, 2024
26 05 19 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install and test 600 volt
wires and cables. Electrical work shall be in accordance with Section 26 05 00, "Common
Work Results for Electrical".
B. Work shall include building wire, cable, wiring connections and terminations, and modular
wiring systems.
1.02 QUALITY ASSURANCE: TESTING
A. 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. All low voltage cables shall be verified by use of telephone communications.
B. Testing Agency Qualifications: Member company of NETA.
1. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0130 00, "Document Management " and
shall include:
1. Shop Drawings: product data for each type of product.
a. Low voltage wire
b. Ground wire
c. Paired shielded cable
d. Triad shielded cable
e. Terminations and connections
1.04 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
ICEA S-19-81/NEMA WC-3 Rubber -Insulated Wire and Cable for the Transmission and
Distribution of Electrical Energy
ICEA S-61-402/NEMA WC-5 Thermoplastic -Insulated Wire and Cable for the Transmission
and Distribution of Electrical Energy
NFPA 70 National Electrical Code
ANSI/TIA/EIA 606A Standard for Telecommunications Infrastructure
UL 83 Thermoplastic Insulated Wires and Cables
Low Voltage Electrical Conductors & Cables 26 05 19-1
LUB23203 — West Lubbock Water System Expansion
UL 1063 Machine Tool Wires and Cables
ASTM B3 Soft or Annealed Copper Wires
ASTM B8 Concentric -Lay -Stranded Copper Conductors, Hard, Medium,
Hard, Soft
1.05 DELIVERY AND STORAGE
A. Deliver cable and wire to the project site in the original packages. Conductors with
damaged insulation or exposed nylon jacketing shall not be permitted.
B. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one
continuous length of cable.
C. Check for reels not completely restrained, reels with interlocking flanges or broken flanges,
damaged reel covering or any other indication of damage. Provide impact protection by
wood lagging or suitable barrier across the traverse of the reel.
D. Do not drop reels from any height.
E. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown
on the reel and on surfaces free of obstructions that could damage the wire and cable.
F. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or
tarpaulin. Do not lay reels flat.
G. Provide moisture protection by using manufacturer's standard procedure or heat shrinkable
self -healing end caps applied to both ends of cable. Do not remove end caps until cables are
ready to be terminated.
2.00 PRODUCTS
2.01 GENERAL
A. Wires and cables shall be soft -drawn, annealed copper with a conductivity of not less than
that of 98% pure copper, UL83 and UL1063 listed, rated 600 volts and certified for
continuous operation at maximum conductor temperature of 90 Celsius in dry locations and
in wet locations
B. Conductors #8 or larger shall be stranded and conductors #14 shall be stranded. Utilize
single conductors.
C. Except for control, signal and instrumentation circuits and as specifically indicated on the
plans the minimum conductor permitted is #12.
2.02 WIRE MARKING
A. Wire marking shall be in accordance with the National Electrical Code Article 310 and shall
be printed on the wire insulation at 2 foot intervals. The printing method used shall be
permanent and the color shall sharply contrast with the jacket color.
B. Wire marking shall include the U.L. label and necessary identification, including the
Manufacturer, the number of conductors, size, conductor insulation type, sun -resistance,
and other pertinent information.
Low Voltage Electrical Conductors & Cables 26 05 19-2
LUB23203 — West Lubbock Water System Expansion
2.03 CONDUCTORS AND CABLES
A. SINGLE CONDUCTOR CABLES: 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. Conductors #8 or larger and conductors #14 shall be
stranded. Wire shall be manufactured by Southwire, Okonite, Encore, General Cable, or
Houston Wire & Cable.
B. MULTI -CONDUCTOR CABLES: Type TC; multi -conductor cable specifically approved for the
installation of cable trays, in accordance with NEC Article 340. Each cable conductor shall be
insulated with XHHW-2 type insulation rated at 600 volts. The individual conductors shall be
twisted together and jacketed with a PVC outer covering. Cables shall be 600 volts in
accordance with NEC-725 and IEEE 383 and shall be suitable for wet location. Cable shall be
as manufactured by Southwire, Okonite Okoseal-N, General Cable or Houston Wire & Cable.
C. GROUND WIRE: Ground wire shall be 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 insulator 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 and cable tray rated. Cables
shall be manufactured by Alpha, Okonite, General Cable, Southwire, Belden, or Houston
Wire & Cable.
E. TRIAD SHIELDED CABLE (RTD CABLE): RTD cable shall have the following characteristics:
1. Twelve (12) or as indicated on the plans, with three (3) 18 AWG conductors.
2. Triads shall each have individual shield and overall shield.
3. Each conductor insulated for 600V and entire cable rated for 90 Celsius in dry locations
and 75 Celsius in wet locations.
a. Primary Insulation: 15 mils nominal; PVC; 4 mils nylon
b. Number of Conductors: 3
c. Color Code: Black and white and red
d. Group Identification: Each triad numbered
e. Pair Shield: 100% coverage; .35 mil aluminum x .5 mil Mylar tape and 20 gauge 7
strand tinned copper drain wire; shield tape to be applied to give a total shield
isolation from all other triad shields.
f. Cable Shield: 100% coverage; 2.35 mil aluminum Mylar tape shield and an 18 gauge
7 strand tinned copper drain wire.
Low Voltage Electrical Conductors & Cables 26 05 19-3
LUB23203 — West Lubbock Water System Expansion
g. Jacket: Black 90 Celsius FR PVC
4. RTD cable shall be as manufactured by Houston Wire & Cable, General Cable, Okonite or
Belden.
2.04 WIRE CONNECTIONS AND DEVICES
A. Manufacturers: Subject to compliance with requirements, provide products by the
following:
1. 3M Electrical Products.
2. Ideal Industries, Inc.
3. ILSCO.
4. O-Z/Gedney; a brand of Emerson Industrial Automation.
5. AFC Cable Systems, Inc.
6. Hubbel Power systems, Inc.
7. Thomas & Betts Corporation, A Member of the ABB Group.
8. Tyco Electronics Corp.
B. Description: Factory -fabricated connectors and devices of size, ampacity rating, material,
type, and class for application and service indicated; listed and labeled as defined in NFPA
70, by a qualified testing agency, and marked for intended location and application.
C. CONNECTORS, COMPRESSION, COPPER, 600 VOLT: As manufactured by Burndy, Thomas &
Betts, or Ideal Industries; 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. All compression connectors shall be long -barrel type, no exceptions.
D. 600 VOLT PLASTIC TAPE: Minnesota Mining & Manufacturing Company (3M), No. 35.
E. 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.12 through No.10 solid gauge conductor for
lighting and branch circuits only.
F. 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.
G. 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.
H. RUBBER TAPE: Scotch 2210.
I. VINYL TAPE: Scotch 88.
Low Voltage Electrical Conductors & Cables 26 05 19-4
LUB23203 — West Lubbock Water System Expansion
ARC PROOFING TAPE: 3M "Scotch 77 Fire and Electric Arc Proofing Tape". Fireproofing shall
be done with a half -lapped layer of arc proofing tape, anchored at each end with a double
wrap of 3M "Scotch 69 Glass Cloth Electrical Tape".
K. INSULATING RESIN: Scotch 3576, 3577, or 3578.
L. POWER DISTRIBUTION BLOCKS: Mersen, or Ilsco; rated for 600 VAC and termination of
copper conductors. Individual poles shall be constructed of tin plated aluminum and
mounted on an insulating base.
3.00 EXECUTION
3.01 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.
3.02 INSTALLATION
A. GENERAL
Install raceway first as a complete system without conductors. Do not install pull wires
and conductors until the raceway system is in place in accordance with the NEC and
these specifications. Exception: Only flexible connections to motors shall be permitted
to be installed after the installation of the remainder of the raceway system. The
installation of these conductors shall be limited to exposure to damage for a maximum
of one (1) week prior to installing flexible connection and making final terminations.
Any conductors exposed to damage (i.e. not installed in raceway) longer than one (1)
week shall be subject to rejection by the Owner and/or Engineer. If rejected, the cables
shall be removed, discarded, replaced, reinstalled and retermination at the Contractor's
expense.
2. Installed unapproved wire shall be removed and replaced at the Contractor's expense.
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.
4. 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. 4
AWG and larger wire or where needed.
5. Use manufacturer -approved pulling compound or lubricant where necessary; compound
used must not deteriorate conductor or insulation. Do not exceed manufacturer's
recommended maximum pulling tensions and sidewall pressure values.
6. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips,
that will not damage cables or raceway.
7. Install exposed cables parallel and perpendicular to surfaces of exposed structural
members, and follow surface contours where possible.
Low Voltage Electrical Conductors & Cables 26 05 19-5
LUB23203 — West Lubbock Water System Expansion
8. Except for hand -pulled conductors into raceways, all wire and cable installation shall be
installed with tension -monitoring equipment. Where conductors are found to have
been installed without tension -monitoring, the conductors and cables shall be
immediately removed from the raceways, permanently identified as rejected material,
and removed from the jobsite. New conductors and cables shall be reinstalled, tagged
and raceways resealed, all at the Contractor's expense.
9. Support cables according to Section 26 05 29 "Hangers and Supports for Electrical
Systems."
10. Do not exceed cable manufacturer's recommendations for maximum pulling tensions
and minimum bending radii. Where pulling compound is used, use only UL listed
compound compatible with the cable outer jacket and with the raceway involved.
11. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use.
12. Where single conductors and cables in manholes, hand holes, vaults, cable trays, and
other indicated locations are not wrapped together by some other means such as arc
and fireproofing tapes, bundle throughout their exposed length all conductors entering
from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not
exceeding 4 inches on center.
13. Properly support cables in accordance with the NEC and manufacturer's
recommendations in all raceways. Provide strain relief as required.
14. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire,
and bundle and secure in an acceptable manner. Identify all circuits entering motor
control centers or other control cabinets in accordance with the conductor identification
system specified herein and in specification Section 26 05 53, "Identification For
Electrical Systems."
15. Cap spare conductors and conductors not terminated, with the UL listed end caps.
16. Where conductors pass through holes or over edges in sheet metal, remove all burrs,
chamfer all edges, and install bushings and protective strips of insulating material to
protect the conductors.
17. For conductors that will be connected by others, provide at least 6 feet spare
conductors in free standing panels and at least 2 feet spare in other assemblies. Provide
additional spare conductor in any particular assembly where it is obvious that more
conductor will be needed to reach the termination point.
18. Each circuit shall include a ground wire. Sharing grounds or neutrals is not allowed.
B. CONNECTIONS
Tighten electrical connectors and terminals according to manufacturer's published
torque -tightening values. If manufacturer's torque values are not indicated, use those
specified in UL 486A-486B.
2. Make splices, terminations, and taps compatible with conductor material and that
possess equivalent or better mechanical strength and insulation ratings than unspliced
conductors.
Low Voltage Electrical Conductors & Cables 26 05 19-6
LUB23203 —West Lubbock Water System Expansion
3. Power Conductors: Splice in junction boxes or at outlets only for lighting and receptacle
branch circuits. Splices for all other circuits shall be disallowed. All splices are subject to
the Engineer's approval. Obtain approval from Engineer before installing any splices.
4. Where pre -approved by Engineer, 480 V splices shall terminate conductors using power
distribution blocks mounted in a junction box.
5. Control and Instrumentation Conductors: No splicing of control and instrumentation
conductors shall be permitted between terminal points except as specifically indicated
on the plans.
6. No splicing of conductors shall be performed in any below ground structure.
7. Condulet type fittings shall not contain splices. Under no condition shall conductors of a
different color be spliced together.
8. 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 the resin encapsulates conductor and spring materials.
Conductor splices and taps inside the 480V switchboard, VFDs, panels, etc. shall be on
the terminal strips or power distribution blocks.
9. For No. 8 and larger, connect conductors with a split bolt type of connector or a
mechanical, 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.
C. TERMINATIONS
1. Conductors terminated on a screw termination shall have a crimp on type spade
connector applied on the wire end, Panduit PanTerm or approved equal.
2. 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.
3. Tighten electrical connectors and terminals according to manufacturer's published
torque -tightening values. If manufacturer's torque values are not indicated, use those
specified in UL 486A-486B.
4. Use crimp connectors on all stranded conductors.
5. Soldered mechanical joints insulated with tape will not be acceptable.
6. SINGLE CONDUCTORS: Sufficient wire shall be left at outlets to make connections to
equipment without straining. Light switches and receptacles shall be connected with
pig -tails and crimp -on connectors.
Low Voltage Electrical Conductors & Cables 26 05 19-7
LUB23203 — West Lubbock Water System Expansion
7. PAIRED SHIELDED AND TRIAD SHIELDED CABLE: Ground paired shielded and triad
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 and
triad shielded cable shall not be laced with or placed in the same conduit with power
cables and digital control cables. Each termination of paired shielded or triad shielded
cable shall be coated with silicone jelly after termination. The shield of pair shielded
cable and triad shielded cable shall only be broken when the conductors are terminated
on terminal strips. Each conductor and shield shall be landed on its own terminal.
Sharing of shield shall not be allowed.
D. GROUNDING
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.
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.
4. Provide a bare uninsulated ground wire to run the entire length of all cable trays. The
contractor shall bond to each section and to every enclosure served by conductors
routed through the cable tray system
E. IDENTIFICATION
1. Identify and color -code conductors and cables according to Section 26 05 53
"Identification for Electrical Systems."
2. Identify each spare conductor at each end with identity number and location of other
end of conductor, and identify as spare conductor.
F. TESTING
1. Testing: All testing required shall be per Specification Section 26 0126, 'Testing of
Electrical Systems".
Low Voltage Electrical Conductors & Cables 26 05 19-8
LUB23203 — West Lubbock Water System Expansion
2. Perform tests and inspections and prepare test reports and submit to the
Owner/Engineer prior to final inspection. Test reports shall be submitted as required by
Specification Section 26 0126, 'Testing of Electrical Systems". All test reports shall be
submitted in one binder under Specification Section 26 0126, 'Testing of Electrical
Systems".
3. Tests and Inspections:
a. After installing conductors and cables and before electrical circuitry has been
energized, test for compliance with requirements.
b. Perform each visual and mechanical inspection and electrical tests stated in NETA
Acceptance Testing Specification. Certify compliance with test parameters.
1). Inspect exposed sections of conductor and cable for physical damage and
correct connection according to the single -line diagram.
2). Test bolted connections for high resistance using one of the following:
a). A low -resistance ohmmeter.
b). Calibrated torque wrench.
c). Thermographic survey.
3). Inspect compression applied connectors for correct cable match and
indentation.
4). Inspect for correct identification.
5). Inspect cable jacket and condition.
6). Insulation -resistance test on each conductor with respect to ground and
adjacent conductors. Apply a potential of 500-V do for 300-V rated cable and
1000-V do for 600-V rated cable for a 1-minute duration.
7). Continuity test on each conductor and cable.
a). Uniform resistance of parallel conductors.
c. Test Reports: Prepare a written report to record the following:
1). Test procedures used
2). Test results that comply with requirements.
3). Test results that do not comply with requirements and corrective action taken
to achieve compliance with requirements.
d. Remove and replace malfunctioning units and retest as specified above.
END OF SECTION
Low Voltage Electrical Conductors & Cables 26 05 19-9
LUB23203 — West Lubbock Water System Expansion
26 05 26 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS
1.00 GENERAL
1.01 WORK INCLUDED
A. 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 26 05 00, "Common Work Results for Electrical".
1.02 SUBMITTALS
A. Submittal shall be in accordance with Section 0133 00, "Document Management" and shall
include:
1. Grounding materials, equipment and processes.
2. Product Data: For each type of product supplied.
3. Field quality -control grounding test reports.
1.03 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.
1.04 JOB CONDITIONS
A. 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.
2.00 PRODUCTS
2.01 MATERIALS
A. GROUND RODS: 316 copper clad, having a diameter of 3/4" and a minimum length of 10'.
B. GROUND CABLES: Stranded, bare copper of 98% conductivity and as specified in Section 26
05 19, "Low Voltage Electrical Conductors & Cables".
C. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall be FCI
Burndy Corp., type NE or Thomas & Betts No. 3951 series.
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.
Grounding & Bonding for Electrical Systems 26 05 26-1
LUB23203 — West Lubbock Water System Expansion
E. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS —as manufactured by ERICO
products or approved equal.
F. GROUND PAD: Flat plate all copper alloy ERICO CADWELD B164-2Q or equal. Ground pad
shall be installed in concrete foundations or pad for connections to motors and
transformers. Ground pad shall be exothermic weld connection for connection to ground
cable.
2.02 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. Any concealed connection (buried, encased in concrete or otherwise sealed) shall be done
only with exothermic welds.
C. 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 MIL419 and other standards, National Electrical Code, etc.
2.03 GROUNDING SYSTEM
A. 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.
3.00 EXECUTION
3.01 INSTALLATION
A. Conductor Terminations and Connections:
1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type
connectors.
2. Underground Connections or any concealed location: Exothermically welded
connectors,
3. Connections to Ground Rods at Test Wells: Exothermically welded connectors.
4. Connections to Structural Steel: Exothermically welded connectors.
5. Connections to equipment: NEMA ground pads and insulated jumpers.
6. Connection to Ground Pad: Exothermic.
7. The use of "pig tails" for connections to ground loops or equipment shall not be
allowed.
B. Ground electrical work in accordance with NEC Article 250 and local codes.
Grounding & Bonding for Electrical Systems 26 05 26-2
LUB23203 — West Lubbock Water System Expansion
C. Install ground cables in conduits above grade or directly buried in earth to a depth of not
less than 18" to 24" 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 concealed in concrete, structures or duct
banks use standard bare copper cable, in all other cases install a green -colored insulation,
equipment grounding conductor in accordance with Section 26 05 19, "Low Voltage
Electrical Conductors & Cables". Size conductors in accordance with NEC Article 250.
Provide grounding conductors as required per the NEC. For larger conductors where green
insulation is not available, provide green indicating tape per the National Electrical Code.
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.
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. Bolt -on or crimp -on
connections in lieu of exothermic welds, shall only be used upon Owner/Engineer's
approval in writing on a case by case basis.
4. Use exothermic -welded connectors for outdoor locations, but if a disconnect type
connection is required; use a bolt on crimp type lug.
J. Grounding and Bonding for Piping:
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.
Grounding & Bonding for Electrical Systems 26 05 26-3
LUB23203 — West Lubbock Water System Expansion
2. Water Meter Piping: Use braided -type bonding jumpers toelectrically bypass water
meters. Connect to pipe with a bolted connector.
Bond each aboveground portion of gas piping system downstream from equipment
shutoff valve.
K. Liquid tight flexible metal conduit in sizes 1-1/2" or larger shall have exceptional 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 bondingjumpers 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. Run #4/0 bare copper grounded conductor in all cable trays, whether new or existing. Bond
ground to each section of the cable tray, to each enclosure, and enclosure ground bus,
where cable terminates, to each pump frame and motor frame, and to the building
counterpoise. Install cable on the outside rail of tray to avoid damage to conductors from
sharp edges on grounding clamps.
P. Ground rod shall be installed such that the top of the ground rod is 6" below grade and
enclosed by a ground rod box.
Q. At each convenience outlet, install a grounding clip attached to the outlet box and leave a
sufficient length of #12 wire with green -colored insulation to connect to the grounding
terminal at the receptacle.
R. Install #4/0 AWG bare copper ground cable that follows the route of the underground duct
banks on top of the duct bank envelop, but in no case is embedded in the concrete. Run
ground through the manholes and bond to ground rods in manholes.
1. Connect the ground cables of the duct bank to the nearest buried ground loop at both
ends. If a ground loop is not available for connection at an end of a duct bank, the
Contractor shall drive a 3/4" x 10' ground rod at the end of the duct bank and terminate
the ground cable run along the top of the duct bank to the ground rod.
2. 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.
S. Grounding Manholes and Handholes: Install a driven ground rod through manhole or
handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor.
If necessary, install ground rod before manhole is placed and provide No. 4/0 AWG bare,
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.
Grounding & Bonding for Electrical Systems 26 05 26-4
LUB23203 — West Lubbock Water System Expansion
T. Grounding Connections to Manhole Components: Bond exposed -metal parts such as
inserts, cable racks, pulling irons, ladders, and cable shields within each vault, 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.
U. Provide a ground pad in all concrete foundations for connection to equipment and to
grounding system. The ground pad shall be ERICO CADWELD B164-2Q or equal. No pigtails
allowed.
1. Transformer Pads: Provide a ground pad in the concrete pad. Provide a #4/0 bare
copper to the grounding system. Provide two hole spade terminals connected to a #4/0
bare copper conductor at each end and connect to the transformer enclosure and to the
ground pad.
2. Generator Pads: Provide a ground pad in the concrete pad. Provide a #4/0 bare copper
to the grounding system. Provide two hole spade terminals connected to a #4/0 bare
copper conductor at each end and connect to the transformer enclosure and to the
ground pad.
3. Motor Grounding: Provide a ground pad in the concrete slab. Provide a #4/0 bare
copper to the grounding system. Provide two hole spade terminals connected to a #4/0
bare copper conductor at each end and connect to the motor enclosure and to the
ground pad and to the pump frame.
4. The use of "pig tails" for connections to ground loops or equipment shall not be
allowed.
V. Provide a minimum of two ground connections to all medium voltage equipment including
AFD's and transformer frames.
3.02 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.
Grounding & Bonding for Electrical Systems 26 05 26-5
LUB23203 — West Lubbock Water System Expansion
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.
H. Submit reports of all tests to the Owner/Engineer.
END OF SECTION
Grounding & Bonding for Electrical Systems 26 05 26-6
LUB23203 — West Lubbock Water System Expansion
26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
1.00 GENERAL
1.01 WORK INCLUDED
A. 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. 26
Electrical specifications.
B. 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 26 05 00, "Common Work Results for
Electrical."
1.02 SUMMARY
A. Section Includes:
1. Metal conduits, tubing, and fittings.
2. Nonmetal conduits, tubing, and fittings.
3. Metal wireways and auxiliary gutters.
4. Nonmetal wireways and auxiliary gutters.
5. Surface raceways.
6. Boxes, enclosures, and cabinets.
7. Handholes and boxes for exterior underground cabling.
1.03 DEFINITIONS
A. RAC: Rigid aluminum conduit.
B. LFMC: Liquid tight flexible metal conduit.
C. LFNC: Liquid tight flexible nonmetallic conduit.
D. RNC: Rigid nonmetallic conduit.
1.04 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00, "Submittal Procedures" and shall
include:
1. Product Data: For surface raceways, wireways and fittings, Pull and Junction Boxes,
hinged -cover enclosures, and cabinets.
2. 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.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 1
LUB23203 — West Lubbock Water System Expansion
2.00 PRODUCTS
2.01 METAL CONDUITS, TUBING, AND FITTINGS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. AFC Cable Systems; a part of Atkore International.
2. Allied Tube & Conduit; a part of Atkore International.
3. Anamet Electrical, Inc.
4. Electri-Flex Company.
5. FSR Inc.
6. O-Z/Gedney; a brand of Emerson Industrial Automation.
7. Picoma Industries, Inc.
8. Republic Conduit.
9. Robroy Industries.
10. Southwire Company.
11. Thomas & Betts Corporation, A Member of the ABB Group.
12. Western Tube and Conduit Corporation.
13. Wheatland Tube Company.
14. Eaton - Crouse -Hinds.
15. Calbond by Atkore International
16. No approved equal.
B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as
defined in NFPA 70, by a qualified testing agency, and marked for intended location and
application.
C. RAC: Heavy wall, aluminum alloy 6063; low temper number, tube, free from detects and
manufactured in accordance with ANSI C80.5 and UL 6A.
D. PVC -coated Rigid Aluminum conduit.
1. Comply with NEMA RN 1.
2. Coating Thickness: minimum 0.040-inch PVC exterior coating and 0.020-inch urethane
interior coating.
3. ETL Verified PVC-001.
E. PVC -coated Rigid Steel conduit.
1. Comply with NEMA RN land UL 6A
Raceways and Boxes for Electrical Systems 26 05 33.08 - 2
LUB23203 — West Lubbock Water System Expansion
2. Coating Thickness: minimum 0.040-inch PVC exterior coating and 0.020-inch urethane
interior coating.
3. ETL Verified PVC-001 and U.L. listed.
F. LFMC: Single strip, helically wound, interlocking, aluminum, in accordance with U.L. 360.
Liquid tight conduit shall have an extruded, polyvinyl jacket over the flexible metal.
Acceptable product shall be Anaconda type UTUA.
G. Fittings for Metal Conduit: Threaded type material to match the conduit. Comply with NEMA
FB 1 and UL 514B.
1. Conduit Fittings for Hazardous Locations (Class I Divisions 1 & 2, groups B, C & D):
Comply with UL 886 and NFPA 70.
2. Flexible and liquid tight fittings: In accordance with ANSI/NEMA FBI; copper -free
aluminum, aluminum ferrule, insulated throat, integrally -cast, external ground lugs.
Acceptable products shall be Crouse -Hinds Liquidator Aluminum LT -SA, Appleton
Aluminum Liquidtight ST series.
3. Expansion Fittings: Copper -free aluminum match conduit type, rated for environmental
conditions where installed, and including aluminum bonding jumper. Linear expansion
fittings shall be OZ Gedney AX or Crouse Hinds XJG Aluminum for use with rigid
aluminum conduit. Combination linear expansion and deflection fittings shall be OZ
Gedney type AXDX, or Crouse Hinds XJGD, rated for environmental conditions where
installed.
4. Coating for Fittings for PVC -Coated Rigid Aluminum and Steel Conduit: minimum 0.040-
inch PVC exterior coating and 0.020-inch urethane interior coating, with overlapping
sleeves protecting threaded joints.
5. Elbow and Bends: Conduit systems shall use PVC coated aluminum for all elbows and
bends unless indicated otherwise. 0.040-inch PVC exterior coating and 0.020-inch
urethane interior coating.
6. Conduit seal fittings: explosion proof, listed for use in respective classified areas,
copper -free aluminum bodies, nipples and enclosures. Acceptable products shall be
Crouse -Hinds fittings with Chico "X" fiber and Chico "A" sealing compound; or Appleton
fittings with Kwiko A Sealing compound and fiber.
H. Insulated 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
and467. Acceptable products shall be O-Z Gedney type ABLG with lay -in means of grounding
conduit.
Joint Compound for RAC or PVC -Coated Rigid Aluminum Conduit: Approved, as defined in
NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded
for use to lubricate and protect threaded conduit joints from corrosion and to enhance their
conductivity. UL listed, compatible with insulating materials such as rubber, or polyethylene,
Penetrox A-13 or approved equal.
J. Lubricants:
1. Metal -to -metal joint: STL thread lubricant.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 3
LUB23203 — West Lubbock Water System Expansion
a. Applicable to dissimilar metals.
b. Maintain grounding continuity.
2. Lighting Fixture Threaded joint: HTL high temperature lubricant
a. Applicable to dissimilar metals.
b. Maintain grounding continuity.
2.02 NONMETALLIC CONDUITS, TUBING, AND FITTINGS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. AFC Cable Systems; a part of Atkore International.
2. Anamet Electrical, Inc.
3. Arnco Corporation.
4. CANTEX INC.
5. CertainTeed Corporation.
6. Condux International, Inc.
7. Electri-Flex Company.
8. Kraloy.
9. Lamson & Sessions.
10. Niedax, Inc.
11. RACO; Hubbell.
12. Thomas & Betts Corporation, A Member of the ABB Group.
13. Allied Tube Conduit by Atkore International.
B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as
defined in NFPA 70, by a qualified testing agency, and marked for intended location and
application.
C. RNC: Type EPC-40-PVC and Type EPC-80-PVC, complying with NEMA TC 2 and UL 651 unless
otherwise indicated.
D. Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and material.
Elbows and bends for all conduit systems shall be PVC -coated aluminum unless indicated
otherwise.
E. LFNC: Comply with UL 1660.
F. Fittings for LFNC: Comply with UL 514B.
2.03 METAL WIREWAYS AND AUXILIARY GUTTERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. B-line, an Eaton business.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 4
LUB23203 — West Lubbock Water System Expansion
2. Hoffman; a brand of Pentair Equipment Protection.
3. MonoSystems, Inc.
4. Square D.
5. No approved equal.
B. Enclosures:
1. Sheet metal, complying with UL 870 and NEMA 250, Type 1 (metallic) for Air -
Conditioned spaces, Type 4X 304 Stainless Steel for all other non -hazardous and non-
corrosive locations unless otherwise indicated, and sized according to NFPA 70.
2. All materials installed in Class I, Divisions 1 & 2, Groups B, C & D hazardous areas shall
conform to NFPA 70 requirements for the hazardous area classifications.
C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints,
adapters, hold-down straps, end caps, and other fittings to match and mate with wireways
as required for complete system.
D. Wireways shall have integral lugs, quick release cover with stainless steel latches,
continuously welded seams, oil resistant gasket.
E. Conductors in vertical wireways must be supported per NEC 300.19.
F. Finish: ANSI 61 gray finish for NEMA 1.
2.04 BOXES, ENCLOSURES, AND CABINETS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Adalet.
2. Crouse -Hinds, an Eaton business.
3. EGS/Appleton Electric.
4. Erickson Electrical Equipment Company.
5. FSR, Inc.
6. Hoffman; a brand of Pentair Equipment Protection.
7. Hubbell Incorporated.
8. Kraloy.
9. Milbank Manufacturing Co.
10. MonoSystems, Inc.
11. Oldcastle Enclosure Solutions.
12. O-Z/Gedney; a brand of Emerson Industrial Automation.
13. RACO; Hubbell.
14. Robroy Industries.
15. Spring City Electrical Manufacturing Company.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 5
LUB23203 — West Lubbock Water System Expansion
16. Stahlin Non -Metallic Enclosures.
17. Thomas & Betts Corporation, A Member of the ABB Group.
18. Wiremold / Legrand.
B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets
installed in wet locations shall be listed for use in wet locations.
C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514.
D. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, with gasketed cover,
threaded hubs and integral mounting lugs.
1. Damp and outdoor locations:
a. Material: Copper -free Aluminum.
b. Type: FD.
2. Class I Divisions 1 & 2 locations:
a. Material: Copper -free aluminum.
b. Type: Series GUA
c. Covers: Copper -free aluminum
3. Outlet boxes for PVC Coated Rigid Aluminum:
a. Material: PVC Coated Cast Aluminum.
b. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch, with
overlapping sleeves protecting threaded joints.
E. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50
lb. Outlet boxes designed for attachment of luminaires weighing more than 50 lb shall be
listed and marked for the maximum allowable weight.
F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.
G. Cast -Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, cast
aluminum with gasketed cover.
H. PVC junction and pull boxes shall be used in chemical rooms and whenever PVC conduit is
required due to corrosive conditions.
I. Box extensions used to accommodate new building finishes shall be of same material as
recessed box.
J. Gangable boxes are allowed.
K. Hinged -Cover Enclosures:
1. Comply with UL 50 and NEMA 250, Type 1 for Air Conditioned spaces, Type 4X 316
Stainless Steel for all other nonhazardous and noncorrosive locations unless noted
otherwise, gasketed doors and quarter -turned latches or a 3-point latch (single
operator) system on enclosures larger than 36-inch wide or 32 inch tall unless otherwise
indicated, and sized according to NFPA 70. All equipment and materials installed in Class
Raceways and Boxes for Electrical Systems 26 05 33.08 - 6
LUB23203 — West Lubbock Water System Expansion
I, Group D, Divisions 1 & 2 hazardous areas shall conform to NFPA 70 requirements for
the hazardous area classifications.
L. Cabinets:
1. NEMA 250, Type 1 for Air -Conditioned spaces, Type 4X 316 Stainless Steel for all other
nonhazardous locations, sized according to NFPA 70. Explosion proof NEMA 7 cast
copper -free aluminum, watertight neoprene cover gasket with stainless steel bolts, for
Class I, Divisions 1 & 2, Group B, C and D hazardous areas. All penetrations shall be
factory drilled and tapped.
2. Hinged, gasketed doors and quarter -turned latches or a 3-point latch (single operator)
system on enclosures larger than 36-inch wide or 32-inch tall unless otherwise
indicated.
3. Key latch to match panelboards.
4. Metal barriers to separate wiring of different systems and voltage.
5. Accessory feet where required for freestanding equipment.
6. Cabinet shall include a grounding kit.
2.05 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING
A. General Requirements for Handholes and Boxes:
1. Boxes and handholes for use in underground systems shall be designed and identified as
defined in NFPA 70, for intended location and application.
2. Boxes installed in wet areas shall be listed and labeled as defined in NFPA 70, by a
qualified testing agency, and marked for intended location and application.
B. Manholes and Concrete Pull Boxes
1. ACCEPTABLE MANUFACTURERS; PRECAST: Precast concrete products shall comply with
the specifications and shall be produced by the following Manufacturers:
a. Brooks Products.
b. American Industrial Precast Products.
c. Dalworth Quickset Co.
d. Old Castle.
e. No equal.
2. ACCEPTABLE MANUFACTURERS; CASTINGS: Metal castings shall comply with the
specifications and shall be produced by the following Manufacturers:
a. McKinley Iron Works, Fort Worth, TX.
b. Neenah Foundry, Neenah, WI.
c. No equal.
3. 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.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 7
LUB23203 — West Lubbock Water System Expansion
4. STANDARDS
a. The applicable provisions of the following standards shall apply as if written here in
their entirety:
AASHO H-20 "Standard Specifications for Highway Bridges"
ANSI/ASTM A-15 "Zinc Coating (Hot Dipped) on Iron and Steel Hardware"
ANSI/ASTM A-569 "Steel, Sheet and Strip, Carbon (0.15% Maximum), Hot Rolled,
Commercial Quality.
ASTM A-48 "Gray Iron Castings"
ASTM A-123 "Zinc (Hot Galvanized) Coatings on Products fabricated from
Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and
Strips."
5. 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: 316 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: 316 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" 316 stainless steel channel wall bracket,
48" long, with cable rack arm mounting slots on 8" centers.
f. CABLE RACKS: 2-1/2" x 14" 316 stainless steel channels with high glazed,
wet -process porcelain insulators conforming to ANSI/ASTM A-569.
g. GROUND ROD: 3/4" x 10' copper clad steel, 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
water under positive head.
h. JOINT SEALANT: Flexible plastic gasket of flexible butyl resin sealant.
i. DAMPPROOFING: Sonneborn, Div. of Chem Rex, Inc. or approved equal.
1). BITUMINOUS DAMPPROOFING
a). Cold -Applied, Emulsified -Asphalt Dampproofing:
b). Brush and Spray Coats: ASTM D 1227, Type III, Class 1.
2). MISCELLANEOUS MATERIALS
a). Emulsified -Asphalt Primer: ASTM D 1227, Type III, Class 1, except diluted
with water as recommended by manufacturer.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 8
LUB23203 — West Lubbock Water System Expansion
6. Mixes
a. Concrete and reinforcing shall be in accordance with Section 03 30 00, "Cast -In -
Place Concrete."
C. Polymer -Concrete Handholes and Boxes with Polymer -Concrete Cover: Molded of sand and
aggregate, bound together with polymer resin, and reinforced with steel, fiberglass, or a
combination of the two.
1. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
a. Armorcast Products Company.
b. Carson Industries LLC.
c. NewBasis.
d. Oldcastle Precast, Inc.
e. Quazite: Hubbell Power Systems, Inc.
f. Synertech Moulded Products.
2. Standard: Comply with SCTE 77.
3. Conduit Entrance Provisions: Conduit -terminating fittings shall mate with entering ducts
for secure, fixed installation in enclosure wall.
2.06 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES
A. Handhole and Pull -Box Prototype Test: Test prototypes of handholes and boxes for
compliance with SCTE 77. Strength tests shall be for specified tier ratings of products
supplied.
1. Strength tests of complete boxes and covers shall be by either an independent testing
agency or manufacturer. A qualified registered professional engineer shall certify tests
by manufacturer.
B. Testing machine pressure gages shall have current calibration certification complying with
ISO 9000 and ISO 10012 and traceable to NIST standards.
3.00 EXECUTION
3.01 RACEWAY APPLICATION
A. Apply raceway products as specified below unless otherwise indicated:
1. Exposed above grade conduit: RAC unless noted otherwise. PVC coated rigid aluminum
conduit shall be used in corrosive environments or where in contact with concrete.
2. Underground Conduit: RNC, Type EPC-40-PVC, red concrete encased. Conduit below
grade shall not be smaller than 2". All elbows and bends for underground conduit
systems shall be PVC coated rigid aluminum.
a. All instrumentation cables — 4-20mA cables or manufactured supplied cables — those
that are associated with the level transmitters, flow meters, etc. shall be routed in
PVC coated rigid steel conduit in underground duct banks.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 9
LUB23203 — West Lubbock Water System Expansion
3. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic,
Electric Solenoid, or Motor -Driven Equipment): LFMC shall only be used to equipment
in non -hazardous locations not subject to physical damage or excessive temperatures,
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. LFNC shall be used to
equipment in chemical rooms only.
4. Boxes and Enclosures, Aboveground: NEMA 250, Type 12 for Air -Conditioned spaces,
Type 4X 304 Stainless Steel for all other nonhazardous and noncorrosive locations unless
noted otherwise.
All boxes and enclosure installed outdoor or in non -air-conditioned spaces shall
have bottom or side entry. No top entry permitted.
B. Minimum Raceway Size: 3/4-inch trade size.
C. Raceway Fittings: Compatible with raceways and suitable for use and location.
1. Rigid and Intermediate Aluminum Conduit: Use threaded rigid aluminum conduit fittings
unless otherwise indicated. Comply with NEMA FB 2.10.
2. PVC Externally Coated, Rigid Aluminum Conduits: Use only fittings listed for use with this
type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after
installing conduits and fittings. Use sealant recommended by fitting manufacturer and
apply in thickness and number of coats recommended by manufacturer.
3. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type
of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing
conduits and fittings. Use sealant recommended by fitting manufacturer and apply in
thickness and number of coats recommended by manufacturer.
4. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA
FB 2.20.
D. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum
raceways are installed for such circuits and pass through concrete, install in nonmetallic
sleeve.
E. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth.
3.02 CONDUIT INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except where
requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum
conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific
occupancies and number of floors.
B. 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.
C. 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.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 10
LUB23203 — West Lubbock Water System Expansion
D. 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.
E. 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.
F. 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.
G. Parallel runs of conduit shall have bends and offsets made at the same point such that the
angle of bend is the same in each conduit and the conduits remain parallel throughout the
run. Conduits not installed in this manner shall be removed and reinstalled at the
Contractor's expense. Conductors that are installed shall be removed and replaced at the
Contractor's expense.
H. Conduits installed in parallel shall be arranged such that crossings are eliminated.
I. Nuts, bolts, concrete anchor bolts and other metallic fasteners shall be 316 stainless steel.
J. Install conduit with threaded couplings and other threaded fittings. Threadless, or clamp
type fittings shall not be used on metallic conduit. Rigid metal conduit shall have each set of
threads coated with an oxidation inhibitor, Ilsco, De-Ox, ITT Noalox, Blackburn Contax or
approved equal.
K. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The
use of duct tape or any other tape shall be prohibited.
L. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the
National Electrical Code.
M. Provide at least 1/4-inch air space between the back of boxes, equipment and the wall.
N. Conduits terminating inside an air-conditioned space from outside shall be sealed to prevent
moisture/condensation from entering the enclosure.
O. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water
pipes. Install horizontal raceway runs above water and steam piping.
P. Where applicable, aluminum conduit, straps, and struts shall not be in direct contact with
concrete. Provide a neoprene washer between the two materials.
Q. PVC conduit shall not be installed above grade level, above concrete slab level, or for any
exposed installations unless specified.
R. Conduit system shall be swabbed clean prior to installation of conductors.
S. Ground conduits in accordance with the National Electrical Code and Specification 26 05 26,
"Grounding & Bonding for Electrical Systems."
Raceways and Boxes for Electrical Systems 26 05 33.08 - 11
LUB23203 — West Lubbock Water System Expansion
T. Install manufactured PVC coated aluminum conduit elbows for stub -ups at poles and
equipment and at building entrances through floor. Encase elbows for stub -up ducts
throughout length of elbow.
U. Complete raceway installation before starting conductor installation.
V. Cut conduit perpendicular to the length. For conduits 2" trade size and larger, use roll cutter
or a guide to make cut straight and perpendicular to the length.
W. Comply with requirements in Section 26 05 29.08 "Hangers and Supports for Electrical
Systems" for hangers and supports.
X. Arrange stub -ups so curved portions of bends are not visible above finished slab.
Y. Install no more than the equivalent of three (3) 90-degree bends in any conduit run except
for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of
changes in direction or where conduit penetrates through a floor, wall, or transitions from
underground. Conduits transitioning from underground to be supported by a structure shall
include an expansion fitting before the conduit is strapped at its first conduit support.
Z. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply
listed compound to threads of raceway and fittings before making up joints. Follow
compound manufacturer's written instructions.
AA. Coat field -cut threads on PVC -coated raceway with a corrosion -preventing conductive
compound prior to assembly.
BB. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with
not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull
wire. Cap underground raceways designated as spare above grade alongside raceways in
use.
CC. Install conduit drain assemblies in outside or underground conduits to provide for draining.
3.03 CONDUITS THROUGH CONCRETE:
A. Conduit shall not be placed horizontally in a concrete floor slab or a beam without the
Engineer's written approval.
B. Conduit stubbed -up through concrete and under free standing enclosures located
indoors/outdoors, in an electrical room, etc., such as a motor control center, shall include a
solvent welded PVC end bell fitting to the conduit termination. End bell shall be installed
flush with the finished floor. No fiberglass shall be exposed to daylight or be installed such
that any portion is out of concrete housekeeping pad or duct bank. 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.
C. Conduit passing through concrete shall be PVC coated aluminum. Conduit shall extend 6"
above concrete transition. Aluminum conduit which penetrates into concrete shall be
factory -coated with 0.40" of polyvinyl chloride, per Spec. MIL-P-15147.
D. Where conduit transitions from below concrete into a duct bank, the conduit shall be PVC
coated aluminum to the elbow.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 12
LUB23203 — West Lubbock Water System Expansion
E. Conduit extending into concrete shall not be closer than 3" from adjacent conduit and shall
not be closer than 1" from any reinforcement bars.
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.
3.04 RACEWAYS EMBEDDED IN SLABS:
A. Run conduit larger than 1" trade size, parallel or at right angles to main reinforcement.
Where at right angles to reinforcement, place conduit close to slab support. Secure
raceways to reinforcement at maximum 10-foot intervals.
B. Arrange raceways to cross building expansion joints at right angles with expansion fittings.
C. Arrange raceways to keep a minimum of 2 inches of concrete cover in all directions.
D. Do not embed thread less fittings in concrete unless specifically approved by Engineer for
each specific location.
3.05 SURFACE RACEWAY INSTALLATION
A. Install surface raceway with a minimum 2" radius control at bend points.
B. Secure surface raceway with screws or other anchor -type devices at intervals not exceeding
48 inches and with no less than two supports per straight raceway section. Support surface
raceway according to manufacturer's written instructions. Tape and glue are not acceptable
support methods.
3.06 HAZARDOUS LOCATION CONDUIT INSTALLATION
A. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them
with listed sealing compound. For concealed raceways, install each fitting in a flush
aluminum box with a blank cover plate having a finish similar to that of adjacent plates or
surfaces. Install raceway sealing fittings according to NFPA 70.
1. Sealing fittings shall be filled with compound rated for hazardous locations Class I
Divisions 1 & 2 for conduits leaving classified areas as indicated on the drawings.
B. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or
boxes are between the seal and the following changes of environments. Seal the interior of
all raceways at the following points:
1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated
spaces.
2. Where an underground service raceway enters a building or structure.
2. Where otherwise required by NFPA 70.
C. Comply with manufacturer's written instructions for solvent welding RNC and fittings.
B. All raceways containing intrinsically safe circuits shall be labeled as such.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 13
LUB23203 — West Lubbock Water System Expansion
3.07 EXPANSION FITTING INSTALLATION
A. Expansion fittings used with aluminum conduit shall be installed in the following locations:
1. At construction joints.
2. In conduit runs longer than 100'.
3. Transitions from underground to above elevation (exposed).
B. Install in each run of aboveground RMC conduit that is located where environmental
temperature change may exceed 100 deg F and that has straight -run length that exceeds
100 feet.
C. Install expansion fittings at all locations where conduits, concealed or surface mount, cross
building, structure, construction and seismic expansion joints.
D. Install each expansion -joint fitting with position, mounting, and piston setting selected
according to manufacturer's written instructions for conditions at specific location at time of
installation. Install conduit supports to allow for expansion movement.
E. Acceptable expansion/deflation fittings made of neoprene in outdoor applications shall have
aluminum lagging over the neoprene held in place with stainless steel tie -wraps.
3.08 LIQUID TIGHT FLEXIBLE CONDUIT INSTALLATION
A. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of
flexible conduit for equipment subject to vibration, noise transmission, or movement; and
for transformers and motors.
1. Use LFMC in damp or wet locations subject to severe physical damage.
2. Use LFMC in damp or wet locations not subject to severe physical damage.
3.09 INSTALLATION OF UNDERGROUND CONDUIT
A. Concrete Encased Conduit:
1. Duct banks routed below building slabs or any equipment pad shall be steel reinforced
concrete encased.
2. Excavate trench bottom to provide firm and uniform support for conduit. Prepare
trench bottom as specified in Section 3123 33, "Trenching and Backfill [Utilities]" for
pipe less than 6 inches in nominal diameter.
3. Install backfill as specified in Section 3123 33, "Trenching and Backfill [Utilities]".
4. After installing conduit and concrete, backfill and compact. Start at tie-in point, and
work toward end of conduit run, leaving conduit at end of run free to move with
expansion and contraction as temperature changes during this process. Firmly hand
tamp backfill around conduit to provide maximum supporting strength. After placing
controlled backfill to within 12 inches of finished grade, make final conduit connection
at end of run and complete backfilling with normal compaction as specified in Section 31
23 33, "Trenching and Backfill."
Raceways and Boxes for Electrical Systems 26 05 33.08 - 14
LUB23203 — West Lubbock Water System Expansion
5. At the transition from underground and or from concrete, protect 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.
6. 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.
a. Couple PVC coated aluminum conduits to ducts with adapters designed for this
purpose and encase coupling with 3 inches of concrete for a minimum of 12 inches
on each side of the coupling.
7. Underground Warning Tape: Comply with requirements in Section 26 05 53.08
"Identification for Electrical Systems."
8. For installation of conduits to be used by electric utility, coordinate with the utility for
exact requirements.
9. Conduit which is below the finished grade shall be PVC schedule 40, except where
indicated on the plans or noted otherwise.
10. Where underground conduits are routed under a concrete slab on grade and brought up
under the slab, the duct bank reinforcing steel shall be tied into the slab.
11. Bury underground conduit a minimum of 18" deep to the top of the concrete encasement
for 600V duct banks 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.
12. 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.
13. The concrete shall be red in color. Apply dye in concrete truck, sprinkling dye on top of
the duct bank after concrete placement is prohibited. Place 3" CMU blocks under rebar
cage to suspend rebar off of the bottom of the trench so that it does not contact the soil
and is completely encased in the concrete envelope when concrete is placed.
14. Underground conduits terminating in a vault or below grade structure shall first turn up
at least three feet above the structure top slab and terminate in a junction box. Only
then shall a conduit penetrate the structure and go directly into the structure.
15. Grade underground and outdoor conduits to drain free of condensation and moisture.
Provide for automatic draining at low points. Install horizontal runs of conduit to
provide a natural drain for condensation without pockets or traps where moisture may
collect.
16. Underground conduits shall drain to an underground structure with a floor drain, such
as a manhole.
17. Underground conduit bends shall have a long sweep bend radius. Underground conduit
bends shall have a minimum 2' 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 aluminum bends.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 15
LUB23203 — West Lubbock Water System Expansion
18. Contractor shall install duct bank spacers a minimum of every 5 feet.
19. Conduit shall slope uniformly at not less than 4" per 100', or more than 60" per 100'
unless indicated otherwise on the plans or approved by the Engineer. Arrange duct
banks to drain into manholes with no low pockets in the duct runs. The electrical
contractor shall coordinate with the Contractor and the plans on the proposed grades
for the site.
3.10 CONDUIT TERMINATIONS
A. Conduit terminations at enclosures shall maintain the NEMA rating of the enclosure.
Conduit terminations damaging enclosures shall not be permitted. Damaged enclosures will
not be accepted and shall be replaced at the contractor's expense.
B. Use grounding Myers hubs for termination of conduits into enclosures.
C. Locknut termination of conduits shall not be used on this project except were liquid tight
fittings require locknuts to maintain UL listings. Locations utilizing liquid tight fittings shall
include a stainless -steel banded sealing gasket. Damaged bands or gaskets due to
overtightening shall be replaced by the contractor.
D. For exterior, wet locations, corrosive, hazardous, and where conduit enters from exterior,
wet or hazardous locations, conduit terminations shall not penetrate the top of NEMA 4X,
NEMA 7 and NEMA 311 enclosures. Enclosures with top penetrations shall be removed and
replaced with conduits re-routed for side or bottom penetration at contractor's expense. If
conductors have been installed and are too short to accommodate the re-routed conduit,
then they shall be removed and replaced at the Contractor's expense.
E. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating
bushings to protect conductors including conductors smaller than No. 4 AWG.
F. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The
use of duct tape or any other tape shall be prohibited.
G. Conduits terminating inside an air-conditioned space from outside shall be sealed to prevent
moisture/condensation from entering the enclosure.
H. Where locknuts are allowed, do not rely on locknuts to penetrate nonconductive coatings
on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure
to assure a continuous ground path.
I. Install raceways square to the enclosure and terminate at enclosures with Myers hubs.
Install Myers hub hand tight plus 1/4 turn more.
3.11 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES
A. Install handholes and boxes level and plumb and with orientation and depth coordinated
with connecting conduits to minimize bends and deflections required for proper entrances.
B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded
from 1/2" sieve to No. 4 sieve and compacted to same density as adjacent undisturbed
earth.
C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of
other enclosures 1 inch above finished grade.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 16
LUB23203 — West Lubbock Water System Expansion
D. Install handholes with bottom below frost line.
E. Field -cut openings for conduits according to enclosure manufacturer's written instructions.
Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating
fittings to be used, and seal around penetrations after fittings are installed.
3.12 BOXES AND ENCLOSURES INSTALLATION
A. 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 in office areas
Telephone outlets
Circuit protective devices
* Above Finished Floor.
Elevation *(A.F.F.)
4'0"
1'6"
Elevation *(A.F.F.)
5'S"
5'S"
5'0"
4'0"
5'0"
4'0"
1'6"
66" to top of enclosure
B. Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry
block and install box flush with surface of wall. Prepare block surfaces to provide a flat
surface for a raintight connection between box and cover plate or supported equipment and
box.
C. Horizontally separate boxes mounted on opposite sides of walls, so they are not in the same
vertical channel.
D. Locate boxes so that cover or plate will not span different building finishes.
E. Support boxes of three gangs or more from more than one side by spanning two framing
members or mounting on brackets specifically designed for the purpose.
F. Fasten junction and pull boxes to or support from building structure. Do not support boxes
by conduits.
G. Drilling holes in boxes to support the box shall not be allowed.
H. The Contractor shall be responsible for providing and sizing all wireways, pull boxes and
junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant
sections of the NEC.
I. Install Products in accordance with manufacturer's instructions.
J. Use screws, clips, and straps to fasten raceway channel to surfaces. Mount plumb and level.
K. Use suitable insulating bushings and inserts at connections to outlets and corner fittings.
Raceways and Boxes for Electrical Systems 26 05 33.08 - 17
LUB23203 — West Lubbock Water System Expansion
L. Wireway Supports: Per manufacturer's recommendations. The Contractor shall support the
wireway rigidly to the building structures using hardware bolted or screwed to the
structure. Supporting wireways from corrugated metal structures shall not be allowed.
M. Close ends of wireway and unused conduit openings.
N. Use separate pull boxes and junction boxes for electric power, control and communication
systems.
O. Install pull boxes in interior conduit at not more than 100' apart when conduit runs are not
broken by junction or outlet boxes.
P. Pull and junction boxes shall be accessible and not buried.
Q. Do not install boxes back to back in walls and provide a minimum of 6" separation, except in
acoustic -rated walls, provide 24" separation.
R. Support boxes independently of conduit except for cast boxes that is connected to two rigid
metal conduits, both supported within 12" of box.
S. 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. No top entry in
junction boxes with a terminal strip.
T. Box shall be mounted using mounting lugs. Drilling through the box to mount is prohibited.
Any box drilled to mount will be rejected and shall be removed and replaced at the
Contractor's expense.
U. Provide at least 1/4-inch air space between the back of the box and the wall.
1. Conduit penetrations in the top of any enclosure or junction box is strictly prohibited in
all areas except dry interior, non -hazardous, air-conditioned areas. Any enclosure top
penetrated will be rejected and shall be removed and replaced at the Contractor's
expense.
3.13 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS
A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies.
B. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or
formed openings are used. Install sleeves during erection of slabs and walls.
C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.
D. Fire -Rated Assemblies: Install sleeves for penetrations of fire -rated floor and wall
assemblies unless openings compatible with firestop system used are fabricated during
construction of floor or wall.
E. Cut sleeves to length for mounting flush with both surfaces of walls.
F. Extend sleeves installed in floors 2 inches above finished floor level.
G. Size pipe sleeves to provide 1/4" annular clear space between sleeve and raceway unless
sleeve seal is to be installed.
H. Seal space outside of sleeves with grout for penetrations of concrete and masonry
Raceways and Boxes for Electrical Systems 26 05 33.08 - 18
LUB23203 — West Lubbock Water System Expansion
I. Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between
sleeve and raceway, using joint sealant appropriate for size, depth, and location of joint.
Refer to Division 07 Section "Joint Sealants" for materials and installation.
J. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions,
ceilings, and floors at raceway penetrations. Install sleeves and seal with firestop materials.
K. Roof -Penetration Sleeves: Seal penetration of individual raceways with flexible, boot -type
flashing units applied in coordination with roofing work.
L. Aboveground, Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical
sleeve seals. Select sleeve size to allow for 1" annular clear space between pipe and sleeve
for installing mechanical sleeve seals.
3.14 PROTECTION
A. Protect coatings, finishes, and cabinets from damage and deterioration.
1. Repair damage to galvanized finishes with zinc -rich paint recommended by
manufacturer.
2. Repair damage to PVC coatings or paint finishes with matching touchup coating
recommended by manufacturer.
END OF SECTION
Raceways and Boxes for Electrical Systems 26 05 33.08 - 19
LUB23203 — West Lubbock Water System Expansion
26 22 13 LOW VOLTAGE DISTRIBUTION TRANSFORMERS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install transformers.
Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for
Electrical".
1.02 QUALITY ASSURANCE
A. Transformers shall comply with the specifications and shall be produced by the following
Manufacturers:
1. ABB/General Electric
2. Eaton
3. Square D
4. No Approved Equal
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00, "Document Management" and shall
include:
1. Bill of Material
2. Equipment Data Sheets showing impedance weights, dimensions, etc. for each
transformer.
3. Product data on specified product documenting the following:
a. Dimensions
b. Weight
c. KVA
d. Voltage
e. % Impedance
f. Magnetizing current magnitude and duration
g. Taps
h. Insulation Class
i. Sound Level
j. Wiring Diagram
k. Installation Instructions
Low Voltage Distribution Transformers 26 22 13-1
LUB23203 —West Lubbock Water System Expansion
1.04 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
ANSI/IEEE C57.96 Distribution and Power Transformers, Guide for Loading Dry -Type
appendix to ANSI C57.12 standards
ANSI/IEEE C89.2
Dry Type Transformers for General Applications
IEEE C57.12.01
General Requirements for Dry -Type Distribution and Power
Transformers Including Those with Solid Cast and / or Resin -
Encapsulated Windings
IEEE C57.12.91
Test Code for Dry -Type Distribution and Power Transformers
UL 506, Specialty Transformers
NEMA/ANSI ST20
Dry type transformers for General Applications
IEEE
Institute of Electrical and Electronic Engineers
NEMA TR1
Transformers, Regulators and Reactors
NEMA TP-1 2002
Guide for Determining Energy Efficiency for Distribution
Transformers
2.00 PRODUCTS
A. DRY TYPE TRANSFORMERS
1. Provide dry type, 3-phase, delta wye connected transformers with KVA rating as
required.
2. Transformers shall be suitable for indoor or outdoor installation as indicated on the
plans, or as required by conditions. Transformers 75 KVA and less shall be suitable for
floor, wall or trapeze mounting. Transformers larger than 75 KVA shall be suitable for
floor or trapeze mounting.
3. Transformer shall be enclosed in a steel enclosure with covers secured with captive type
hardware. Transformer shall be cooled by natural convection of air. The transformer
enclosure shall be degreased, cleaned, phosphatized, primed and finished with a gray
baked on enamel.
4. The average audible sound level shall not exceed 50 DB for transformers rated at 75 KVA
and below, nor 60 DB for transformers rated above 75 KVA, when measured in
accordance with NEMA Standard TR1.
5. The percent impedance for transformers shall not exceed 4.6 for up to 112 1/2 KVA 6
for 150 KVA to 750 KVA.
6. The transformers shall have the following characteristics:
a. Class H insulation
b. 150 degree Centigrade temperature rise rating at 40 degrees C ambient at full rated
load.
c. Compartment for primary and secondary connections.
Low Voltage Distribution Transformers 26 22 13-2
LUB23203 —West Lubbock Water System Expansion
d. Transformer coils shall be of continuous copper wound construction with
terminations brazed or welded. Coils shall be impregnated with non hygroscopic,
thermosetting varnish.
e. The maximum temperature of top of the enclosure shall not exceed 50 degrees C
rise above a 40 degrees C ambient.
f. The core of the transformer shall be visibly grounded to the enclosure by means of a
flexible copper grounding conductor sized in accordance with applicable NEMA,
IEEE, or ANSI standards.
g. Transformers shall have two (2) 2-1/2% full ampacity taps below and two (2) 2-1/2%
taps above rated voltage in primary.
h. The basic impulse level shall be 10 KV for transformers less than 30 KVA, 30 KV for
transformers 300 KVA and larger.
i. Transformer primary and secondary windings shall be copper. Aluminum windings
shall not be permitted.
j. Transformers shall have efficiencies in accordance with NEMA TP-1. Provide written
documentation as part of submittal process stating this and showing actual
transformer efficiencies.
7. Three-phase transformer efficiency, total losses, shall not exceed losses @ 35% and
75°C per the NEMA Premium program tested per 10 C.F.R. Part 431 ('Test Procedures
for Distribution Transformers"). Maximum losses at 35% and 75% (respectively) are:
a. 15 kVA: 97.88% 112.30 W; 121.28 W
b. 30 kVA: 98.24% 185.52 W; 200.35 W
c. 45 kVA: 98.38% 256.42 W; 276.93 W
d. 75 kVA: 98.59% 362.89 W; 391.92 W
e. 112.5 kVA: 98.73% 500.31 W; 540.33 W
f. 150 kVA: 98.80% 576.14 W; 622.22 W
g. 225 kVA: 98.95 % 764.14 W; 825.26 W
h. 300 kVA: 99.02% 1010.010 W; 1090.81 W.
3.00 EXECUTION
3.01 LOCATION
A. Electrical Contractor to verify proper location for the unit.
B. The transformer shall be installed in a location where the sides with ventilated openings are
a minimum distance of six inches from noncombustible structures or equipment to ensure
adequate air circulation
Low Voltage Distribution Transformers 26 22 13-3
LUB23203 —West Lubbock Water System Expansion
3.02 INSTALLATION
A. Set the transformer plumb and level. Provide solderless lug bonding connection on the
inside of the transformer enclosure in accordance with the NEC. Make primary and
secondary connections with liquid tight flexible metal conduit to isolate transformer noise
from the building structure or conduit system.
B. When final connection has been made, check secondary voltage at dry transformers and
make tap adjustments required to obtain correct voltage.
C. Perform the following isolation procedures in addition to those provided by the transformer
Manufacturer. Provide pad -type vibration isolators or waffle pads sized to load 50 pounds
per square inch. Install one (1) at each corner of the transformer at floor mount or trapeze
installations. Locate pads between hanger and wall for wall hung installations
D. For critical installations, spring type isolation may be required by the Engineer consisting of
steel, spring -type isolators, sized for 1/2" deflection based on the weight of the transformer.
Install at each corner or in hanger rods so that vibration is not transmitted to the building
structure.
E. Secure transformer to concrete base according to manufacturer's written instructions.
F. Secure covers to enclosure and tighten all bolts to manufacturer -recommended torques to
reduce noise generation.
3.03 CONNECTIONS
A. Ground equipment according to Section 26 05 26, "Grounding & Bonding for Electrical
Systems".
B. Tighten electrical connectors and terminals according to manufacturer's published torque -
tightening values. If manufacturer's torque values are not indicated, use those specified in
U L 486A-486 B.
C. Provide flexible connections at all conduit and conductor terminations and supports to
eliminate sound and vibration transmission to the building structure.
3.04 FIELD QUALITY CONTROL
A. Inspect installed dry type transformers for anchoring, alignment, grounding and physical
damage.
B. Check tightness of all accessible mechanical and electrical connections with calibrated
torque wrench. Minimum acceptable values are specified in manufacturer's instructions.
3.05 CLEANING
A. Repaint scratched or marred exterior surfaces to match original finish.
3.06 TESTING
A. Testing: All testing required shall be per Specification 26 0126, "Testing of Electrical
Systems".
Low Voltage Distribution Transformers 26 22 13-4
LUB23203 —West Lubbock Water System Expansion
3.07 ADJUSTING
A. Record transformer secondary voltage at each unit for at least 48 hours of typical occupancy
period. Adjust transformer taps to provide optimum voltage conditions at secondary
terminals. Optimum is defined as not exceeding nameplate voltage plus 5 percent and not
being lower than nameplate voltage minus 3 percent at maximum load conditions. Submit
recording and tap settings as test results.
B. Output Settings Report: Prepare a written report recording output voltages and tap settings.
END OF SECTION
Low Voltage Distribution Transformers 26 22 13-5
LUB23203 —West Lubbock Water System Expansion
26 24 13 600V VOLT SWITCHBOARDS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to manufacture, fabricate,
test, and deliver a complete 600 Volt Switchboard "PS17-SWBD" to be used at the Pump
Station #17. Electrical work shall be in accordance with Section 26 05 00 "Common Work
Results for Electrical."
1.02 SUMMARY
A. Section Includes:
1. Service and distribution switchboards rated 600 volts and less.
2. Surge protection devices.
3. Disconnecting and overcurrent protective devices.
4. Instrumentation.
5. Control power.
6. Accessory components and features.
7. Identification.
1.03 QUALITY ASSURANCE
A. The manufacturer shall provide the services of factory field engineers for startup, field tests,
troubleshooting, Owner training and the supervision of storage and installation. The
manufacturer field services shall include a minimum of the following. These times do not
include travel time and include a minimum of 8 hours working per day.
Field Tests/ Start-up
2 days (2 trips minimum)
Troubleshooting
2 day (1 trip minimum)
Owner Training
1 day (1 trip minimum)
B. Installer Qualifications: An employer of workers qualified as defined in NEMA PB 2.1 and
trained in electrical safety as required by NFPA 70E.
C. Testing Agency Qualifications: Member company of NETA or an NRTL.
D. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing.
1.04 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00, "Document Management" and shall
include shop drawings with the following minimum information:
Low Voltage Switchboards 26 24 13 - 1
LUB23203 — West Lubbock Water System Expansion
1. Pre -and Post -Submittal Meeting
a. Equipment Supplier shall include in his bid the cost of attending a one -day pre -
submittal meeting and a one -day post -submittal meeting in the City of Lubbock
office or Freese and Nichols' office in Lubbock, TX. Specific location will be
determined when the meeting is scheduled.
b. A pre -submittal meeting shall be held before any shop drawings are submitted and
shall be attended by the Owner, Engineer, Electrical Contractor (if selected), and
Equipment Manufacturer.
c. Representative(s) from the Switchboard Supplier shall include the Project
Manager/Individual(s): who will be responsible for the project at the factory and
has technical knowledge of the switchboard design, no exceptions and the
individual who will be responsible for putting together the shop drawing Submittal,
no exceptions. A salesperson may attend, but not as a substitute for the individuals
indicated above. Manufacturer shall determine the number of people attending the
meeting and cover each person's cost.
d. A post -submittal meeting with the Owner, Engineer, Electrical Contractor (if
selected), and Equipment Manufacturer shall be held to discuss review comments in
order to resolve issues and allow equipment to be released for manufacturing upon
completion of the Shop Drawing review by the Engineer. This second meeting may
only be waived at the Engineer's discretion.
e. Any shop drawings submitted before the pre -submittal meeting will be rejected and
sent back "Not Approved, Revise and Re -submit". The switchboard supplier shall
bring with them a detailed list of items their submittal will include for review by the
Engineer and an unofficial draft copy of the actual submittal a minimum of 5
business days before the meeting.
B. Shop Drawings: For each switchboard, overcurrent protective device, surge protection
device, ground -fault protector, accessory, and component related equipment.
1. Shop Drawings
a. Any deviations from the specifications should be clearly identified on a separate
sheet of paper in the shop drawing submittal.
b. Complete rating
c. Short circuit withstandability of bus and lowest rated device
d. Overall outline dimensions including the space available for conduit
e. Conduit entry and exit points clearly showing dimensions of entry and exit points.
Provide a detailed bottom view showing how conduits penetrate the bottom of the
switchboard. Coordinate with the Electrical Contractor (if selected) on this prior to
submitting information to the Engineer.
f. Overall weight of line-up and each shipping split
g. Complete bill of materials with cut sheets on all major equipment clearly identifying
exact model numbers of each component.
h. Circuit schedule indicating the circuit number
Device description
Low Voltage Switchboards 26 24 13 - 2
LUB23203 — West Lubbock Water System Expansion
j. One -Line diagram and Three -Line diagram to be submitted with initial submittal, No
Exceptions.
k. Product Data Sheets for Switchboard, meter, and circuit breakers, miscellaneous
electrical equipment, etc. clearly identifying exact model numbers of each
component.
I. Provide a drawing of the front view elevation with designation of equipment and
devices on doors, and clearly indicating the maximum mounting height of devices on
doors.
m. Project Specific Wiring Diagram:
1). Detail wiring diagram and differentiate between manufacturer -installed and
field -installed customer wiring. Show both power and control wiring. Show
terminal strip information identifying all customer field terminations.
2). Provide project specific wiring diagrams. Generic wiring diagrams are not
acceptable.
3). Provide Project Specific Wiring Diagram for power meter clearly indicating
where it is connected in relation to the circuit breaker and the sizes of the CT's,
etc.
n. Project Specific description of transfer operating sequence, both automatic and
manual.
o. Terminal strip layout showing customer field connections. The terminal strip layout
shall also include a label next to each connection indicating signal description.
p. Bill of Material
q. Nameplate Schedule
r. Warranty Information
s. Main breaker ground fault test data per National Electrical Code requirements
t. Submit updated data sheet included in the Attachment at the end of this
specification section.
u. Note: All documentation listed above shall be supplied with the Switchboard's
initial submittal. Incomplete submittals will be returned "NOT APPROVED, REVISE
AND RESUBMIT".
2. Prior to Shipment: The manufacturer shall provide detailed addresses (memory map) for
the software 1/0 points that are communicated over Ethernet, RS485, etc. that are
applicable to this project — this would include but not be limited to the data highways
associated with the auto throwover controller, power meter, etc. Coordinate with
Owner/Engineer for the list of 1/0 that will be transmitted over the data highways, the
manufacturer shall verify with the Owner if any changes have been made to the lists
prior to submitting the memory map.
3. Field Test Data — Equipment Installation Report:
a. Field test data shall include summary of all tests performed in the field specifically
identified in this specification and other factory standard tests.
Low Voltage Switchboards 26 24 13 - 3
LUB23203 — West Lubbock Water System Expansion
b. Test ground fault systems on service entrance main breakers per National Electrical
Code. Main breaker ground fault test data per National Electrical Code
requirements. Document all tests and finish to Engineer as formal submittal.
4. NETA Acceptance Testing Specification (ATS) field tests and inspections tests report.
5. Supplier shall submit a training outline for Owner's/Engineer's review and comment a
minimum of 4 weeks before training is to take place.
6. Operation & Maintenance Manual Data: For switchboards and components to include in
emergency, operation, and maintenance manuals.
a. In addition to items specified in Section 0178 23 "Operation and Maintenance
Data," include the following:
1). Routine maintenance requirements for switchboards and all installed
components.
2). Manufacturer's written instructions for testing and adjusting overcurrent
protective devices.
3). Time -current coordination curves for each type and rating of overcurrent
protective device included in switchboards. Submit on translucent log -log graft
paper; include selectable ranges for each type of overcurrent protective device.
b. Include all features and operating sequences, both automatic and manual. List all
factory setting relay and provide relay -setting and calibration instructions, including
software, where applicable. O&M manuals shall include a hard copy of the power
meter settings and all breaker settings. Coordinate with the Power System Studies
Contractor (by others) for breaker settings, etc.
c. Operation and maintenance manuals shall contain the shop drawings, submittals,
list of manufacturer recommended spare parts, schematics, equipment installation
report, and maintenance procedures. O&M manuals shall include all field changes
made during startup and testing.
d. Operation and maintenance manuals shall include warranty information as well as a
warranty information page that shall include information on the warranty start and
end date as well as contact information for service.
e. Manuals shall be prepared by the Equipment Manufacturer and shall also
incorporate appropriate final certified shop drawings. Manuals may be
manufacturer's standard instructions, but shall be supplemented as necessary to
cover any special feature not included in standard material.
f. Submit preliminary manuals for review prior to start-up of equipment.
C. SPARE PARTS:
1. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
a. Potential Transformer Fuses: Equal to 10 percent of quantity installed for each size
and type but no fewer than two of each size and type.
b. Control -Power Fuses: Equal to 10 percent of quantity installed for each size and
type, but no fewer than two of each size and type.
Low Voltage Switchboards 26 24 13 - 4
LUB23203 — West Lubbock Water System Expansion
c. Fuses and Fusible Devices for Fused Circuit Breakers: Equal to 10 percent of quantity
installed for each size and type but no fewer than three of each size and type.
d. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and
type but no fewer than three of each size and type.
e. Fuses for Fused Power -Circuit Devices: Equal to 10 percent of quantity installed for
each size and type but no fewer than three of each size and type.
f. Indicating Lights: Equal to 10 percent of quantity installed for each size and type but
no less than one of each size and type.
1.05 STANDARDS
A. The applicable provisions of the following standard shall apply as if written here in its
entirety:
B. NEMA Std. PB-2 Deadfront Distribution Switchboards
C. NEMA Std. AB-1 Molded Case Circuit Breakers and Molded Case Switches
D. NEMA Std. KS-1 Enclosed Switches
E. U.L. 489 Molded Circuit Breakers
F. U.L.891 Switchboards
G. NFPA 70 National Electrical Code
1.06 DELIVERY AND STORAGE
A. The manufacturer shall be responsible for delivery of the equipment, and accessories, f.o.b.
to the job site or to such storage site as may be designated by the Owner or the Contractor,
in good condition and undamaged.
B. Unloading and storage of the equipment shall be the responsibility of the Contractor who
shall inspect the equipment the equipment for apparent damage. Equipment which is found
to be damaged will not be accepted until properly repaired or replaced by the equipment
manufacturer.
C. Handling and shipment of the equipment shall be in such a manner to prevent internal
component damage, breakage, and denting and scoring of the enclosure finish.
D. Equipment must be delivered and stored in accordance with the manufacturer's
recommendation at all times in a licensed and bonded warehouse. Equipment shall be
stored indoors in a clean, dry, climate -controlled heated and air-conditioned environment
that is free from dust, No Exceptions. Store equipment indoors in a dry space with uniform
temperature to prevent condensation. Protect equipment from exposure to dirt, fumes,
water, corrosive substances and physical damage.
E. Equipment that does not have space heaters shall have temporary space heaters placed in it
and energized to eliminate the build-up of condensation in the equipment. The contactor
will provide temporary wiring and power to the space heaters for the equipment.
F. Deliver in sections or lengths that can be moved past obstructions in delivery path.
Low Voltage Switchboards 26 24 13 - 5
LUB23203 —West Lubbock Water System Expansion
1.07 COORDINATION
A. Contractor shall coordinate layout and installation of switchboards and components with
other construction that penetrates walls or is supported by them, including electrical and
other types of equipment, raceways, piping, encumbrances to workspace clearance
requirements, and adjacent surfaces. Maintain required workspace clearances and required
clearances for equipment access doors and panels.
B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast
anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are
specified with concrete.
2.00 PRODUCTS
2.01 SWITCHBOARD
A, The switchboard shall be freestanding front access only and consist of the required number
of vertical sections bolted together to form one (1) metal, enclosed, rigid switchboard. The
switchboard shall conform to U.L. Standard #UL891 and NEMA Standard 1313-2. The U.L. label
shall appear on all switchboard sections which contain U.L. devices. The switchboard shall
be U.L. listed for service entrance equipment.
I Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. ABB/GE
2. Square D
3. No Approved Equal
C, General
1. Nominal System Voltage: 480Y/277 volts.
2. Main -Bus Continuous: 1600 amps.
3. Enclosure
a. Switchboard "PS17-SWBD" to be in a NEMA 1, steel enclosure.
4. The Switchboard shall be of deadfront construction and require front access only.
5. The switchboard frame shall be of formed steel rigidly bolted together to support all
cover plates, bussings, and component devices during shipping and installation. The
sides, top and rear shall be covered with single tool removable screw -on, code gauge,
steel plates. Include all protective devices and equipment, including necessary
interconnections.
6. Each switchboard enclosure shall have an open bottom and individually removable top
plate for installation and termination of conduit. Top and bottom conduit areas shall be
clearly indicated on shop drawings.
a. The incoming section of the Switchboard shall be top entry/top exit and shall be
suitable for terminating the number and size of conductors indicated in the contract
drawings.
Low Voltage Switchboards 26 24 13 - 6
LUB23203 — West Lubbock Water System Expansion
b. INFRARED INSPECTION WINDOWS: The main incoming conductor terminals for
each main breaker section shall be provided with an infrared inspection window.
The window shall be permanently fitted into the indicated electrical equipment to
give permanent access for infrared inspections. Window material must be
transparent for visual, infrared and ultraviolet energy (corona) bands. Each
incoming section shall have one rectangle infrared viewing window for the terminals
of the main (utility and generator) feeder conductors. IR window shall be IRISS
model no. CAP-CT-12 or approved equal.
c. The feeder section of the switchboard shall be top exit. Refer to the One -Line
Diagrams for number and size of cables/conduit entering/exiting the switchboard.
7. The switchboard enclosure shall be painted on all exterior surfaces. The paint finish shall
be ANSI 61 light gray, ANSI 49 grey or manufacturer's standard grey applied by electro-
deposition process over an iron phosphate pre-treatment.
8. The maximum dimensions for the switchboard shall be as indicated below, No
Exceptions.
Maximum Dimensions of
Equipment
Switchboard (no exceptions)
Name
PS17-SWBD
78" W x 30" D x 92" H
D. Future Devices: Equip compartments with mounting brackets, supports, bus connections,
and appurtenances at full rating of circuit -breaker compartment.
All feeder device line and load connection straps shall be rated to carry current rating of
device frame.
The main incoming bus bars shall be rated for the protective frame size or main incoming
conductors.
G. A tin-plated copper bus shall be of the amperage scheduled on the plans. Tin-plating shall be
applied continuously to all bus work. Neutral shall be full capacity.
H. Bus bars shall be mounted on supports of high impact, non -tracking, insulation material
which is braced to withstand mechanical forces exerted during 65,000 amp RMS
symmetrical short circuit conditions.
I. Secure a tin-plated copper ground bus to each vertical section of the structure and extend it
the entire length of the switchboard.
Bus arrangement shall be A-B-C type, left -to -right, top -to -bottom and front -to -rear. The
switchboard, cables and bus connections shall be entirely accessible from the front, unless
specifically indicated otherwise.
K. Power Meter displays, indication lights, switches, etc. shall be mounted no higher than 5'-6"
AFF, which shall include the height of the 4" housekeeping pad. Front panel layout showing
exact mounting heights shall be submitted to the Engineer for approval.
L. Incoming Main Sections and Feeder Devices
1. Main devices and feeder devices 800 amps and above shall be individually mounted
circuit breakers (100% rated).
Low Voltage Switchboards 26 24 13 - 7
LUB23203 —West Lubbock Water System Expansion
2. Feeder devices shall be group mounted molded case circuit breakers, unless noted
otherwise.
3. All circuit protective devices shall have the following minimum symmetrical current
interrupting capacity: 65kA.
4. Series rated feeder devices shall not be acceptable.
5. All breakers shall be capable of being locked in the OFF position.
6. Front access only. Enclosure shall be top entry/top exit for all feeders, unless noted
otherwise on the plans. Input and output sections of the starter section/circuit
breaker(s) shall be suitable for terminating the number and size of conductors indicated
below. See plans for additional information.
Cable requirements with phase and ground
conductors
Main
5 sets each
Incoming
(4-350kcmil, 3"C.)
M. Molded Case Circuit Breakers
1. Molded case circuit breakers shall be provided with the following symmetrical current
interrupting capacity: 65kA.
2. Group mounted breakers shall be connected to the vertical bus by bolted connection.
3. Individually mounted breakers shall be stationary mounted.
4. Circuit breaker frames shall be constructed of a high -strength, molded, glass -reinforced
polyester case and cover. Breakers shall have an over center, toggle handle -operated,
trip free mechanism with quick make, quick break action independent of the speed of
the toggle handle operation.
5. Breakers shall have ON and OFF position clearly marked on escutcheon. Breakers shall
include a trip -to -test means on the escutcheon for manually tripping the breaker and
exercising the mechanism and trip latch.
6. Breakers larger than 150 amps shall use digital true RMS sensing trip units and a rating
plug to determine the breaker trip rating.
N. Main Breaker and Feeder Breakers 800 Amps and Above
1. Breakers shall be manually operated, fixed mounted, with the capability of being
electrically operated.
2. Breakers shall have solid-state adjustable trip settings with Long time, Short time,
Instantaneous and Ground settings (LSIG).
3. Breakers shall have trip indication of Overload, Short Circuit, and Ground Fault trip.
4. Breaker sections shall be suitable for terminating copper conductors using compression
type lugs. See electrical one -line diagram for size and number of conductors required
per phase for breakers.
Low Voltage Switchboards 26 24 13 - 8
LUB23203 — West Lubbock Water System Expansion
a, The manufacturer shall make accommodations in the main incoming termination section for
the quantity and size of incoming conductors as indicated on contract drawings. The
incoming utility circuit breaker shall be bottom entry for incoming conductors and conduit.
Refer to the 480V one -line diagram for number and size of incoming conductors and
conduits for the main utility circuit breaker.
P. The manufacturer shall make accommodations in the generator termination section for the
generator conductors. The generator circuit breaker shall be bottom entry for the generator
conductors and conduit. Refer to the 480V one -line diagram for number and size of
incoming conductors and conduits for the main generator circuit breaker.
Q. Metering
1. Metering device on main incoming breaker and generator breaker section shall be
Multilin PQM II, or approved equal. Meter shall have capability to communicate using
Modbus TCP/IP Ethernet. Provide all hardware and software as required for Ethernet
communications. Communication signals shall be wired out to terminal blocks that are
readily accessible.
2. The metering device shall incorporate the following functions and features:
a. Metering Functions with accuracy of 0.2 percent for A & V and 0.4 percent for
power parameters. Meter shall comply with ANSI C12.20 (Class 0.5 CL) for revenue
meters.
1). A, V, VA, W, var, KWH, KVARH, PF, Hz
2). W, var, A VA Demand
3). A, V, Unbalance
4). Total Harmonic Distortion (THD) of each current and voltage
5). Waveform Capture
6). Data Logging
7). Communications (RS485 Modbus connection with a Serial to Ethernet
converter, if required)
b. User Interface
1). The digital meter shall have the following user interfaces:
a). Integrated keypad to access actual values and set points.
2). Relay output shall be through alarm, auxiliary and pulse output functions.
3). The meter shall provide a user configurable pulse output base on KWH, KVARH,
or KVAH.
4). The meter shall provide a pulse input for demand synchronization.
5). The meter shall include a simulation mode capability for testing the
functionality and meter response to programmed conditions without the need
for external inputs.
2.02 SURGE PROTECTION DEVICES
Low Voltage Switchboards 26 24 13 - 9
LUB23203 — West Lubbock Water System Expansion
A. Electrical Requirements
1. Unit Operating Voltage — Refer to drawings for operating voltage and unit configuration
2. Maximum Continuous Operating Voltage (MCOV) —The MCOV shall not be less than
115% of the nominal system operating voltage.
3. The suppression system shall incorporate thermally protected metal -oxide varistors
(MOVs) as the core surge suppression component for the service entrance and all other
distribution levels. The thermal protection assembly shall disconnect the MOV(s) from
the system in a fail-safe manner should a condition occur that would cause them to
enter a thermal runaway condition. The system shall not utilize silicon avalanche diodes,
selenium cells, air gaps, or other components that may crowbar the system voltage
leading to system upset or create any environmental hazards. End of life mode to be
open circuit. Unit with end of life short-circuit mode are not acceptable.
4. Unit shall operate without the need for an external overcurrent protection device
(OCPD), and be listed by UL as such. Unit must not require external OCPD or replaceable
internal OCPD for the UL Listing.
5. Protection Modes —The SPD must protect all modes of the electrical system being
utilized. The required protection modes shall be line to neutral, line to ground, line to
line and neutral to ground.
B. Protection modes and UL 1449 VPR for grounded wye circuits with 480Y/277 volts, three-
phase, four -wire circuits shall not exceed the following:
1. Line to Neutral: 1200 volts for 480Y/277 volts
2. Line to Ground: 1200 volts for 480Y/277 volts
3. Line to Line: 2000 volts for 480Y/277 volts
C. SCCR: Equal or exceed 250 kA.
D. Nominal Rating: 20 kA.
E. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Advanced Protection Technologies Inc. (APT).
2. Eaton.
3. GE by ABB.
4. Siemens Power Transmission & Distribution, Inc.
5. Square D; by Schneider Electric.
F. Surge Protection Device Description: IEEE C62.41-compliant, integrally 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 2, short-circuit
current rating matching or exceeding the switchboard short-circuit rating, and with the
following features and accessories:
Low Voltage Switchboards 26 24 13 - 10
LUB23203 — West Lubbock Water System Expansion
1. SPDs with the following features and accessories:
a. Monitoring Diagnostics — Each SPD shall provide the following integral monitoring
options:
1). Protection Status Indicators - Each unit shall have a solid-state indicator light
that reports the status of the protection on each phase.
a). For wye configured units, the indicator lights must report the status of all
protection elements and circuitry in the L-N and L-G modes. Wye
configured units shall also contain an additional solid-state indicator light
that reports the status of the protection elements and circuitry in the N-G
mode. SPDs that indicate only the status of the L-N and L-G modes shall not
be accepted.
b). The SPD shall have a configuration that represents that damage has
occurred on the respective phase or mode. All protection status indicators
must indicate the actual status of the protection on each phase or mode. If
power is removed from any one phase, the indicator lights must continue to
indicate the status of the protection on all other phases and protection
modes. Diagnostics packages that simply indicate whether power is present
on a particular phase shall not be accepted
b. Four -digit, transient -event counter set to totalize transient surges.
c. Form-C contacts rated at 5 amps and 250 VAC, one normally open and one normally
closed, for remote monitoring of protection status.
d. Audible Alarm and Silence Button — The SPD shall contain an audible alarm that will
be activated under any fault condition. There shall also be an audible alarm silence
button used to silence the audible alarm after it has been activated.
e. Fabrication using bolted compression lugs for internal wiring.
2. Peak Surge Current Rating: The minimum single -pulse surge current withstand rating
per phase shall not be less than 200 kA. The peak surge current rating shall be the
arithmetic sum of the ratings of the individual MOVs in a given mode.
G. INSTRUMENT CURRENT TRANSFORMERS: Capable of carrying continuously its rated primary
amperes under conditions of accidental open secondary circuit without damage to the
primary insulation. Burden capacity shall be adequate to supply the connected relays,
meters and accessories.
H. INSTRUMENT POTENTIAL TRANSFORMERS: Substantial and well built, insulation meeting
the requirements of the standards of ANSI. At normal ratings under usual service
conditions, no part of the transformer shall exceed the heating limits specified in the
standards of ANSI when serving its connected load. Where the Plans indicate an
switchboard to have voltage metering, two (2) instrument potential transformers shall be
furnished at the switchboard metering point.
INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30 mm); Square D
Class 9001 or approved equal. Pilot lights shall be push to test (LED type) and shall be Square
D SK or approved equal.
Low Voltage Switchboards 26 24 13 - 11
LUB23203 — West Lubbock Water System Expansion
J. Provide switchboard with adequate lifting means, capable of being rolled or moved into
installation position and bolted directly to the floor without the use of floor sills.
K. Nameplates
1. Equipment nameplates and designations shall be 2 in. by 5 in. minimum, not less than
1/16 in. thick, engraved laminated plastic fastened with stainless steel screws.
Nameplates shall be 1 in. white lettering on black background, and shall indicate
equipment designations as shown on the drawings.
2. Provide legend plates or 1 in. by 3 in. engraved nameplates with % in. lettering for
identification of all pilot devices and meters. Legend nameplates shall be secured with
stainless steel screws.
3. Provide permanent warning signs as follows:
a. "DANGER— HIGH VOLTAGE— KEEP OUT" on all enclosure doors.
b. "WARNING— HAZARD OF ELECTRIC SHOCK— DISCONNECT POWER BEFORE
OPENING OR WORKING ON THIS UNIT"
4. Provide arc flash labeling in accordance with the National Electrical Code Article 110 and
per the Arc Flash Hazard Analysis (performed by others). See Section 26 05 73.01,
"Electrical Power System Studies" for more information.
3.00 EXECUTION
3.01 GENERAL
A. The Manufacturer's Representative has responsibilities in the installation and field testing of
the equipment as described in this Section.
B. Installation of equipment shall be performed by the Construction Contractor who shall be
required to assemble the equipment, if required, and install it in accordance with
Installation, Operation and Maintenance instructions which shall be furnished by the vendor
or manufacturer, and the installation drawings for this project.
1. The Construction Contractor shall furnish all labor, tools, equipment and machinery
necessary to receive, inspect, unload, store, protect, and install completely, in proper
operating condition, the equipment. Contractor shall protect and store the Switchboard
indoors, as recommended by the manufacturer and as described in section 1.05.
2. The Construction Contractor shall also furnish such incidental items not supplied with
the equipment, but which may or may not be described in the Plans and Specifications,
for complete installation, such as wiring, conduit, ducts, anchors and other
appurtenances as necessary.
C. The Contractor shall schedule the service of the manufacturer to assist in the installation,
adjustment, and acceptance test of the equipment.
Low Voltage Switchboards 26 24 13 - 12
LUB23203 — West Lubbock Water System Expansion
3.02 INSTALLATION
A. Install the distribution switchboards on concrete foundations as indicated. Terminate
service and feeder conduits only in the switchboard section containing the lugs or device to
which they are to be connected.
3.03 IDENTIFICATION
A. Identify field -installed conductors, interconnecting wiring, and components; provide
warning signs complying with requirements for identification specified in Section 26 05 53
"Identification for Electrical Systems."
B. Switchboard Nameplates: Label each switchboard compartment with a nameplate
complying with requirements for identification specified in Section 26 05 53 "Identification
for Electrical Systems."
C. Device Nameplates: Label each disconnecting and overcurrent protective device and each
meter and control device mounted in compartment doors with a nameplate complying with
requirements for identification specified in Section 26 05 53 "Identification for Electrical
Systems."
3.04 FIELD QUALITY CONTROL
A. Inspect completed installation for physical damage, proper alignment, anchorage, and
grounding.
B. Measure, using a Megger, the insulation resistance of each bus section phase -to -phase and
phase -to -ground for one minute each, at minimum test voltage of 1000 VDC; minimum
acceptable value for insulation resistance is 1 megohms.
C. Check tightness of accessible bolted bus joints using calibrated torque wrench per
manufacturer's recommended torque values.
D. Test ground fault systems on service entrance main breakers per the National Electrical
Code. Document all tests and furnish to Engineer as formal submittal.
E. Prepare for acceptance test as follows:
1. Test insulation resistance for each switchboard bus, component, connecting supply,
feeder and control circuit.
2. Test continuity of each circuit.
F. Engage a qualified testing and inspection agency to perform the following field tests and
inspections and prepare tests report:
1. Perform each electrical test and visual and mechanical inspection in NETA Acceptance
Testing Specification (ATS). 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 infrared scan tests and inspections and prepare and submit report.
Low Voltage Switchboards 26 24 13 - 13
LUB23203 — West Lubbock Water System Expansion
3.05 WARRANTY
A, Equipment Manufacturer shall warrant the equipment furnished under this specification for
a period of two (2) years against defects in materials and workmanship, equipment design,
and operational failure.
B. In the event of failure in material, workmanship, or equipment design of any part or parts of
the equipment during the warranty period, and provided that the equipment has been
operated and maintained in accordance with good practice, the Equipment Manufacturer
shall furnish, deliver, and install a replacement for the defective part or parts at its own
expense. During the warranty period, the Contractor will remove and load the Goods on a
vehicle provided by the Equipment Manufacturer if it is necessary to return the Goods to
the Equipment Manufacturer for correction of defects during the Warranty Period.
Contractor will reinstall the Goods when they are returned to the Site after defects have
been corrected. Equipment Manufacturer is to provide all parts, labor and incidental cost
for making repairs, shipping the Goods to the Site and providing startup services in
accordance with the Specifications.
C, The warranty period shall be interpreted as the 24-month period following the installation,
adjusting and acceptance testing, and the start of actual operation of the equipment, or 36
months after complete delivery, whichever occurs first.
3.06 ADJUSTING
A. Adjust all operating mechanisms for free mechanical movement per manufacturer's
specifications.
B. Tighten bolted bus connections in accordance with manufacturer's instructions.
C. Adjust moving parts and operable components to function smoothly, and lubricate as
recommended by manufacturer.
D. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73.01, "Electrical
Power System Studies".
3.07 CLEANING
A. Touch up scratched or marred surfaces to match original finish. Provide one quart of touch-
up paint.
3.08 TRAINING
A. The Contractor shall provide a training session for the Owner's representatives for 8 hours
at the jobsite or other office location chosen by the Owner. The 1-day, 8-hour training
session shall be broken up into two segments each of 4 hours with a 15-minute break every
2 hours. Lunch break will be 1 hour. Training session shall be scheduled and coordinated
with the Owner.
B. The training session shall be conducted by a manufacturer's qualified representative.
C. A training outline and manual of training course material shall be provided to the Owner 2
weeks in advance of the course. Training shall be for four members of the Owner's staff.
D. The training program shall consist of the following:
Low Voltage Switchboards 26 24 13 - 14
LUB23203 — West Lubbock Water System Expansion
1. Review of the switchboard one -line drawings and schedules.
2. Review of the factory record Shop Drawings.
3. Review of each type of cell, components within, control, and power wiring.
4. Discuss the maintenance timetable and procedures to be followed in an ongoing
maintenance program.
5. Provide three-ring binders to participants complete with copies of drawings and other
course material covered.
6. Training shall include an overview of the operation, application and troubleshooting of
the power meter.
7. Training shall include theory of operation, application and troubleshooting of the
switchboard.
E. All costs (travel expenses, testing equipment, etc.) required for the start-up, testing and
training shall be the responsibility of the equipment manufacturer/contractor.
Low Voltage Switchboards 26 24 13 - 15
LUB23203 — West Lubbock Water System Expansion
SUBMITTAL DATA SHEET FOR
26 24 13, 600 VOLT SWITCHBOARDS
Submit the following data with Bid Proposal and with Shop Drawing submittal:
Item No.
Description
600V Switchboard "PS17-SWBD1"
1
Manufacturer:
Total Equipment Dimensions for
2
Switchboard Line-up (inches):
W x D x H
Length x Width x Height
Total Weight for Switchboard Line-up
3
(lbs.):
Total Heat Loss for Switchboard
4
Line-up (kW):
END OF SECTION
Low Voltage Switchboards 26 24 13 - 16
LUB23203 — West Lubbock Water System Expansion
26 24 16 PANELBOARDS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to install lighting and branch
panelboards. Electrical work shall be in accordance with Section 26 05 00, "Common Work
Results for Electrical".
1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS
A. Panelboards shall comply with the specifications and shall be by the following
Manufacturers:
1. ABB/General Electric
2. Eaton
3. Square D
4. No Approved Equal.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00, "Document Management" and shall
include:
1. Shop Drawings:
a. Bill of Material
b. Front Elevation with dimensions
c. Assembly ratings including short circuit ratings, continuous current and voltage
d. Cable terminal sizes
e. Cut sheet on circuit breakers and surge protective devices
1.04 STANDARDS
A. 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:
1. Fed. Spec. W-C-375
2. NEMA A131 Molded Case Circuit Breakers and their application.
3. NEMA PB1 Panelboards
1.05 DELIVERY AND STORAGE
A. Equipment shall be handled and stored in accordance with the manufacturer's instructions.
Equipment shall be protected from damage.
Lighting and Branch Panelboards 26 24 16.02-1
LUB23203 — West Lubbock Water System Expansion
1.06 WARRANTY
A. The manufacturer shall warrant the equipment to be free from defects.
1.07 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.
2.00 PRODUCTS
2.01 PANELBOARDS
A. Panelboards shall consist of a box, front, interior and circuit protective devices and shall be
manufactured in accordance with NEMA PB1 and bearing the applicable U.L. labels.
B. Panelboards shall be four wire, three phase as scheduled or required. Panelboards shall be
NEMA 1 for air conditioned spaces and 4X, 316 Stainless Steel for all other locations 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. The use of metal clips tying single pole circuit
breakers together to make a multi -pole breaker shall not be allowed. 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, 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 panelboard. 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. Busings (phases, ground, neutral) shall be tin-plated copper and arranged for sequential
phasing throughout. The bus bar shall be sized so that the temperature rise is 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.
Lighting and Branch Panelboards 26 24 16.02-2
LUB23203 — West Lubbock Water System Expansion
Panelboards shall be arranged such that the top circuit breaker(s) shall not exceed 6'-7"
A.F.F.
2.02 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 the panelboards shall have an interrupting capacity of not less
than the RMS symmetrical rating indicated on the plans for that panelboard.
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 and as shown on the
panelboard schedules on plans. Series rating of breakers shall not be permitted.
2.03 SURGE PROTECTION DEVICES
A. Surge Protection Device Description: IEEE C62.41-compliant, internally or externally
mounted as indicated in one line diagrams, wired -in, solid-state, parallel -connected,
modular (with field -replaceable modules) type, with sine -wave tracking suppression and
filtering modules, UL 1449, fourth edition Type2, short-circuit current rating matching or
exceeding the panelboard 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 as indicated in panelboard schedule.
C. Protection modes and UL 1449 4th edition VPR for grounded wye circuits with 480Y/277V,
208Y/120V, three-phase, four -wire circuits shall be as follows:
Lighting and Branch Panelboards 26 24 16.02-3
LUB23203 — West Lubbock Water System Expansion
1. Line to Neutral, Line to Ground, Neutral to Ground: 1200 V for 480Y/277V and 800 V for
208Y/120V.
2. Line to Line: 2000 V for 480Y/277V and 1200 V for 208Y/120V.
D. Protection modes and UL 1449 3rd edition VPR for 240V, three-phase, three -wire circuits
shall be as follows:
1. Line to Line: 1200 V for 240V.
2. Line to Ground: 1200 V for 240V
3.00 EXECUTION
3.01 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" and Section 26 05 53
"Identification for Electrical Systems".
B. Mount panelboard with 1/4" spacers off of walls.
3.02 NAMEPLATES:
A. For indoor applications with Air Conditioning: Plastic, white 1" letters on black background,
on the front of each door on the panel; identifying the compartment contents for each
compartment.
B. All other applications: Plastic, white 1" letters on black background, on the front of each
door 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.
END OF SECTION
Lighting and Branch Panelboards 26 24 16.02-4
LUB23203 — West Lubbock Water System Expansion
26 27 26 WIRING DEVICES
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install wiring devices.
Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for
Electrical".
1.02 QUALITY ASSURANCE -ACCEPTABLE MANUFACTURERS
A. Source Limitations: Obtain each type of wiring device and associated wall plate through one
source from a single manufacturer. Insofar as they are available, obtain all wiring devices
and associated wall plates from a single manufacturer and one source.
B. 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.
C. Comply with NFPA 70.
D. Products shall comply with the specifications and shall be by the following Manufacturers:
1. Hubbell
2. Leviton
3. Pass & Seymour
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00, "Document Management" and shall
include:
1. Shop Drawings for Wiring Devices: Cut sheets of all devices indicating model being
provided, NEMA configuration, rating, color, etc.
2. Operation and Maintenance Data: For wiring devices to include in all manufacturers'
packing -label warnings and instruction manuals that include labeling conditions.
1.04 STANDARDS
A. The applicable provisions of the following standard shall apply as if written here in its
entirety:
NEMA WD-1 General Color Requirements for Wiring Devices
NEMA WD-6 Wiring Devices — Dimensional Requirements
UL 943 Ground -Fault Circuit -Interrupters
NFPA 70 National Electrical Code
Wiring Devices 26 27 26-1
LUB23203 — West Lubbock Water System Expansion
2.00 PRODUCTS
2.01 GENERAL WIRING -DEVICE REQUIREMENTS
A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by
a qualified testing agency, and marked for intended location and application.
B. Comply with NFPA 70.
2.02 MANUFACTURED PRODUCTS
A. WALL SWITCHES: For general use, totally enclosed industrial type, specification grade, rated
for 120/277 VAC and 20 amps. Approved wire connection to switches shall consist of
inserting wire into back wiring hole and tightening terminal screw until wire is tightly griped
by clamping mechanism inside switch body. Side wiring shall not be allowed. Switches
installed in hazardous areas shall be explosion proof type in accordance with the NEC.
1. Weatherproof Switches: Fitted with single switch as specified, and weather proof cover
with spring door cover; grey in color for all areas. Switch ratings shall be as identified
below for the number of poles required.
2. Motor Rated Switches: HP rated switches approved for motor control or disconnect
service when controlling or disconnecting motor loads in excess of 1/4 HP; 20-amp
switches for loads exceeding 10 amps.
3. Single -Pole:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1). Eaton (Arrow Hart).
2). Hubbell Incorporated; Wiring Device-Kellems.
3). Leviton Manufacturing Co., Inc.
4). Pass & Seymour/Legrand (Pass & Seymour).
4. Two -Pole:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1). Eaton (Arrow Hart).
2). Hubbell Incorporated; Wiring Device-Kellems.
3). Leviton Manufacturing Co., Inc.
4). Pass & Seymour/Legrand (Pass & Seymour).
5. Three -Way:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1). Eaton (Arrow Hart).
2). Hubbell Incorporated; Wiring Device-Kellems.
Wiring Devices 26 27 26-2
LUB23203 — West Lubbock Water System Expansion
3). Leviton Manufacturing Co., Inc.
4). Pass & Seymour/Legrand (Pass & Seymour).
6. Four -Way:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1). Eaton (Arrow Hart).
2). Hubbell Incorporated; Wiring Device-Kellems.
3). Leviton Manufacturing Co., Inc.
4). Pass & Seymour/Legrand (Pass & Seymour).
B. RECEPTACLES: For general use shall be U.L. approved, hospital grade heavy duty duplex
grounding type 20 ampere 125 volt heavy duty phosphor bronze contacts. Comply with
NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. Terminal screws
shall be large head, deep slotted #8-32 brass, backed out, color coded for polarity
identification, and shall accept up to 10 AWG wire. Side wiring shall not be allowed.
1. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
a. Eaton (Arrow Hart).
b. Hubbell Incorporated; Wiring Device-Kellems.
c. Leviton Manufacturing Co., Inc.
d. Pass & Seymour/Legrand (Pass & Seymour).
2. Description: Single -piece, rivetless, nickel -plated, all -brass grounding system. Nickel -
plated, brass mounting strap.
3. GROUND FAULT CIRCUIT INTERRUPTING, INDOOR: GFCI receptacle shall include visible
indication of ground fault condition. Feed -through feature shall not be used. Install
GFCI device at each location indicated. GFCI circuit breaker shall not be permitted.
a. Include indicator light that shows when the GFCI has malfunctioned and no longer
provides proper GFCI protection.
4. ISOLATED -GROUND RECEPTACLES: Isolated -ground receptacles shall be listed and
labeled as isolated -ground type. Receptacle body shall be orange in color. Isolation -
ground shall be integral to the receptacle construction and not dependent on
removable parts.
a. Description: Straight blade; equipment grounding contacts shall be connected only
to the green grounding screw terminal of the device and with inherent electrical
isolation from mounting strap. Isolation shall be integral to receptacle construction
and not dependent on removable parts.
5. WEATHER RESISTANT RECEPTACLES: Weather resistant receptacles shall be listed as
weather resistant type in accordance with the National Electrical Code.
Wiring Devices 26 27 26-3
LUB23203 — West Lubbock Water System Expansion
6. WEATHERPROOF RECEPTACLES:
a. Weatherproof receptacles shall be hospital grade, 20 ampere, 125 volt and shall be
listed as weather resistant type in accordance with the National Electrical Code and
shall include a weatherproof device cover.
1). Weatherproof Duplex Receptacle: Provide GFCI duplex receptacle with
weatherproof cover.
2). Weatherproof Single Receptacle: Provide a cast box fitted with a single
receptacle and threaded cap with a weatherproof cover.
b. Weatherproof device covers shall have a NEMA 311 rating while receptacle is in use
Heavy Duty rating with die cast metal construction as manufactured by Taymac
Corporation, Tempe, Arizona or Thomas & Betts
C. SPD RECEPTACLES:
1. General Description: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL
498, UL 1449, and FS W-C-596, with integral SPD in line to ground, line to neutral, and
neutral to ground.
a. 125 volts, 20 amps, straight -blade type.
b. SPD Components: Multiple metal -oxide varistors; with a nominal clamp -level rating
of 400 volts and minimum single transient pulse energy dissipation of 240 J,
according to IEEE C62.41.2 and IEEE C62.45.
c. Active SPD Indication: Visual and audible, with light visible in face of device to
indicate device is "active" or "no longer in service."
2. Duplex SPD Convenience Receptacles:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1). Eaton (Arrow Hart).
2). Hubbell Incorporated; Wiring Device-Kellems.
3). Leviton Manufacturing Co., Inc.
4). Pass & Seymour/Legrand (Pass & Seymour).
3. Isolated -Ground, Duplex SPD Convenience Receptacles:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1). Eaton (Arrow Hart).
2). Hubbell Incorporated; Wiring Device-Kellems.
3). Leviton Manufacturing Co., Inc.
4). Pass & Seymour/Legrand (Pass & Seymour).
Wiring Devices 26 27 26-4
LUB23203 — West Lubbock Water System Expansion
b. Grounding: Equipment grounding contacts shall be connected only to the green
grounding screw terminal of the device and with inherent electrical isolation from
mounting strap. Isolation shall be integral to receptacle construction and not
dependent on removable parts.
4. Hospital -Grade, Duplex SPD Convenience Receptacles: Comply with UL 498 Supplement
SD.
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1). Eaton (Arrow Hart).
2). Hubbell Incorporated; Wiring Device-Kellems.
3). Leviton Manufacturing Co., Inc.
4). Pass & Seymour/Legrand (Pass & Seymour).
5. Isolated -Ground Hospital -Grade Duplex SPD Convenience Receptacles: Comply with UL
498 Supplement SD.
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1). Eaton (Arrow Hart).
2). Hubbell Incorporated; Wiring Device-Kellems.
3). Leviton Manufacturing Co., Inc.
4). Pass & Seymour/Legrand (Pass & Seymour).
b. Grounding: Equipment grounding contacts shall be connected only to the green
grounding screw terminal of the device and with inherent electrical isolation from
mounting strap. Isolation shall be integral to receptacle construction and not
dependent on removable parts.
D. SWITCH AND RECEPTACLE COVER PLATES: The cover plate color shall be stainless steel for
all areas, unless otherwise indicated or required by the NEC. Screw heads shall have color to
match plate, 302/304 stainless steel. Provide telephone cover plates which are the same as
above, except with a single bushed pole for the telephone cable.
1. Material for Damp Locations: Thermoplastic with spring -loaded lift cover, and listed and
labeled for use in wet and damp locations.
2. Wet -Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R,
weather -resistant, die-cast aluminum with lockable cover.
3.00 EXECUTION
3.01 INSTALLATION
A. Comply with NECA 1, including the mounting heights listed in that standard, unless
otherwise noted.
Wiring Devices 26 27 26-5
LUB23203 — West Lubbock Water System Expansion
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. Pigtailing all conductors is required. Outlet boxes shall be oversized to allow pigtailing. All
wiring devices shall be wired using pigtails.
E. Terminate stranded wire with crimp on connectors.
F. Install receptacles and switches only in electrical boxes which are clean, free from excess
building materials, dirt and debris.
G. Install switches, wall -mounted duplex receptacles and telephone outlets at the heights
specified in Section 26 05 33, "Raceways and Boxes for Electrical Systems", unless indicated
otherwise on the plans.
H. Switches installed at one (1) location shall be ganged together under one (1) cover plate.
I. Sharing of neutrals is not allowed.
J. Through on wiring at receptacles is not allowed.
K. Replace devices that have been in temporary use during construction and that were
installed before building finishing operations were complete.
L. Keep each wiring device in its package or otherwise protected until it is time to connect
conductors.
M. Do not remove surface protection, such as plastic film and smudge covers, until the last
possible moment.
N. Connect devices to branch circuits using pigtails that are not less than 6 inches in length.
O. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid
conductor tightly clockwise, two-thirds to three -fourths of the way around terminal screw.
P. Use a torque screwdriver when a torque is recommended or required by manufacturer.
Wiring Devices 26 27 26-6
LUB23203 — West Lubbock Water System Expansion
Q. When conductors larger than No. 12 AWG are installed on 15- or 20-amp circuits, splice No.
12 AWG pigtails for device connections.
R. Tighten unused terminal screws on the device.
S. When mounting into metal boxes, remove the fiber or plastic washers used to hold device -
mounting screws in yokes, allowing metal -to -metal contact.
T. Install ground pin of vertically mounted receptacles up, and on horizontally mounted
receptacles to the right.
U. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount
outlet boxes when standard device plates do not fit flush or do not cover rough wall
opening.
V. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension
vertical and with grounding terminal of receptacles on top. Group adjacent switches under
single, multigang wall plates.
3.02 GFCI RECEPTACLES
A. Install non -feed -through -type GFCI receptacles where protection of downstream
receptacles is not required.
3.03 IDENTIFICATION
A. Comply with Section 26 05 53 "Identification for Electrical Systems."
B. Identify each receptacle with panel board identification and circuit number. Use hot,
stamped, or engraved machine printing with white -filled lettering on face of black plate, and
durable wire markers or tags inside outlet boxes.
3.04 FIELD QUALITY CONTROL
A. Test wiring devices to insure electrical continuity of grounding. Energize the circuit to
demonstrate compliance with the requirements.
B. Perform the following tests and inspections:
1. Test Instruments: Use instruments that comply with UL 1436.
2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital
readout or illuminated digital -display indicators of measurement.
3. Tests for Convenience Receptacles:
a. Line Voltage: Acceptable range is 108 to 132 V.
b. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not
acceptable.
c. Ground Impedance: Values of up to 2 ohms are acceptable.
d. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943.
e. Using the test plug, verify that the device and its outlet box are securely mounted.
Wiring Devices 26 27 26-7
LUB23203 — West Lubbock Water System Expansion
f. 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.
4. Wiring device will be considered defective if it does not pass tests and inspections.
5. Prepare test and inspection reports.
END OF SECTION
Wiring Devices 26 27 26-8
LUB23203 — West Lubbock Water System Expansion
26 29 23.11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES
1.00 GENERAL
1.01 WORK INCLUDED
A� Furnish labor, materials, equipment and incidentals necessary to manufacture, fabricate,
test, and deliver a variable frequency drives (VFDs) as shown on the drawings and as
specified herein, including all required appurtenances to be used in Pump Station 17 as
shown in the schedule below. The VFDs shall operate on 480 VAC, 3-phase, 60 Hz. VFD's
shall contain/incorporate harmonic mitigation technology, drive isolation transformers, and
all appurtenances to meet or exceed IEEE-519.
B. The VFDs shall be suitable to drive the pumping units over the range specified in
specification 43 24 13, "Vertical Centrifugal Pumping Units".
At Pump Station
For Pump
VFD Name
Pump Station 17
Pump PS17-PI
PS17-PI-VFD
Pump PS17-132
PS17-P2-VFD
Pump PS17-133
PS17-P3-VFD
C. The VFD and motor shall be completely compatible electrically. The VFD Manufacturer and
the Motor Manufacturer shall together issue a guarantee of compatibility letter at the time
Shop Drawings are submitted. The VFD and Motor Manufacturer shall determine the
insulation voltage rating required to accommodate common mode voltages and prevent
insulation failure.
D. The manufacturer shall provide the services of factory field engineers for startup, field tests,
troubleshooting, Owner training and the supervision of storage and installation. The
minimum time required for the manufacturer field services to be on -site shall include a
minimum of the following. These times do not include travel time. Provide a minimum of 8
working hours per day.
Start-up
4 days (3 trips minimum)
Field Tests/Testing
2 days (2 trips minimum)
Troubleshooting
2 day (2 trips minimum)
Owner Training
1 day (1 trip minimum)
E. Perform harmonic analysis. Test VFDs to verify harmonic analysis results.
F. VFDs shall be 18 pulse type.
1.02 QUALITY ASSURANCE
A, ACCEPTABLE MANUFACTURERS: The VFD manufacturer shall demonstrate 5 years'
experience with the drives of the type and size herein specified.
1. ABB/GE (18-pulse)
2. Danfoss (18-pulse)
3. Siemens (18 pulse)
Low Voltage Variable Frequency Drives 26 29 23.11-1
LUB23203 — West Lubbock Water System Expansion
4. No other manufacturers will be accepted.
I Variable frequency drives shall be of sufficient size for the duty to be performed and shall
not exceed their full rated capacity when the driven equipment is operating as specified.
G, The variable frequency drive manufacturer shall maintain, as part of a national network
(United States), engineering service facilities within 250 miles of the project site to provide
start-up service, emergency service calls, repair work, service contracts, and maintenance
and training of customer personnel. When requested by the Engineer, documentation shall
be provided showing compliance, capabilities, and references for this requirement.
D. All equipment shall be NEMA rated. IEC or dual rated IEC/NEMA shall not be acceptable.
E. Complete VFD integrated line-up shall be U.L. listed.
F. The VFD manufacturer shall be responsible for coordinating with the pump motor
manufacturer to meet the design and performance requirements of the specification. The
VFDs shall be installed by the Contractor.
G. FACTORY INSPECTION AND TESTS
1. GENERAL
a. VFD manufacturer shall provide to the Engineer a complete list of all tests to be
performed on the VFD as a formal submittal to the Engineer a minimum of 30 days
prior to the VFD being tested.
b. Equipment furnished under these specifications shall be subject to inspection during
manufacturing by a representative of the Owner who shall be afforded proper
facilities for determining compliance with the specifications. Travel and lodging
expenses associated for the representative of the Owner for the inspection shall be
provided by Manufacturer.
c. The Owner may, at his option, elect to have the factory test witnessed by the
Owner, or a designated representative of the Owner. If the option is taken to
witness the test, then payment will be in accordance with the appropriate item of
the Proposal. The costs for a maximum of two representatives for the Factory
Inspection and Test shall be included as an alternate bid item.
d. If tests are to be witnessed by the Owner or Owner's representative, the
manufacturer shall notify the Owner at least 30 days in advance of the dates that
tests will be made, so that the Owner can make arrangements for his representative
to be present. The cost for the travel, lodging expenses, meals and transportation
for Owner and Engineer personnel (two maximum) to witness the factory VFD
inspections and tests shall also be included in the bid price. The Manufacturer or
Vendor will pay for the cost of the representative's (travel, lodging, meals and other
expenses for the tests, for a maximum of one trip). The manufacturer shall bear all
other costs for performing the witnessed test. If a test must be re -run due to failure
in meeting the specified requirements, then the witness expenses for the re -test
shall be born by the manufacturer. Witness tests shall be conducted in continental
United States.
e. It is preferred that witness testing be conducted in the continental United States of
America. No testing shall be conducted in Mexico. If the Equipment Manufacturer
Low Voltage Variable Frequency Drives 26 29 23.11-2
LUB23203 — West Lubbock Water System Expansion
wishes to test equipment outside of United States of America, the cost for the
travel, lodging expenses, meals and transportation for Owner and Engineer
personnel (two maximum) to witness the factory VFD inspections and tests shall
also be included in the bid price.
All international flights including connections over three hours shall be business
class or better. Where available, all flights shall be non-stop originating and
returning to DFW International Airport. All travel arrangements are subject to
approval by the Owner and Engineer. The Equipment Manufacturer shall be
responsible for obtaining travel visa and letters of invitation, English-speaking
interpreter, transportation, a local guide, and access to one international mobile
phone as deemed necessary by the Owner or Engineer. Equipment Manufacturer
shall obtain Visas for the Owner and Engineer personnel attending the witness
testing.
g. The VFD manufacturer shall notify the Owner and Electrical Contractor (if selected)
a minimum of one month in advance of the dates when equipment is scheduled for
inspections and tests so that the Owner can schedule accordingly.
1) A detailed testing package shall be submitted during the submittal review phase
listing dates and times of each component of the test with copies of all relevant
standards used during the testing. A Manufacturer's technical representative
shall be present throughout the testing period to aid the Engineer in performing
and verifying all calculations. The technical representative shall be fully versed
in the testing methods and calculations and shall be capable of certifying test
results.
The VFD manufacturer shall provide the following quality assurance steps within his
factory:
a. Incoming inspection of all components.
b. In -process inspection of assemblies.
c. 100% test and inspection of power devices.
H. The VFD printed circuit boards shall be tested per the manufacturer's standard testing
procedure. The VFD manufacturer shall provide certification that the tests have been
completed.
L Witnessed factory tests shall include a test and demonstration of all equipment functions,
per manufacturer's standard testing procedures. The purpose of the test shall be to verify
the functionality, performance and stability of each VFD. The test shall include, but not be
limited to, a complete operational test demonstrating all controls, trips, inputs, outputs,
etc., shown on the attached pump control schematic including those associated with the
motor protection relay. A clearly labeled test box with dedicated switches, lights, etc. for
each 1/0 shall be provided and used to demonstrate all controls, trips, inputs, outputs, etc.
The manufacturer shall submit two weeks in advance of the day that test will be made a
detailed testing plan. This plan shall be subject to the Engineer's approval.
Low Voltage Variable Frequency Drives 26 29 23.11-3
LUB23203 — West Lubbock Water System Expansion
J. After all tests have been performed, each adjustable frequency controller shall undergo a
factory 4 (four) -hour burn -in test. The controllers shall be burned in at 100 percent motor
load connected to a dynamometer for 4 hours without an unscheduled shutdown. During
this test, the efficiency of the VFD shall be measured by simultaneously measuring the total
KW input to the VFD and the KW output of the VFD. Simultaneous KW measurements shall
be made with two watt -meters with required accessories to confirm compliance with
specified efficiencies.
K. The VFD manufacturer shall submit the factory test report to the Engineer as an official
submittal prior to the equipment being shipped from the factory.
L. The variable frequency drive manufacturer shall provide the actual test data, observations,
and certification that the tests have been completed prior to shipment to the Engineer for
approval.
M. Efficiency test for 100% and 75% load (100% and 75% of the motor HP) at 100% speed shall
be performed on all units with a dynamometer or reactor banks.
N. Each drive shall be operated full loaded for the VFD testing simulating the actual field
operating conditions and the operating data — amps, true power factor, efficiency, etc. for
the drive shall be recorded and officially submitted to the Owner/Engineer prior to the VFD
being shipped.
a, FIELD QUALITY CONTROL: The manufacturer shall furnish an equipment test report after
installation, start-up, and testing.
1.03 SUBMITTALS
A. Submittals shall be in accordance with this section, the General Requirements, Section 0133
00, "Document Management" and shall include the following minimum information:
1. Proposal Submittal: In order to evaluate the bid proposals, submit the following
information.
a. Where the Bidder's product differs from the specified requirements and/or catalog
description, each point of difference shall be clearly stated. This requirement is set
forth to facilitate the review of bids and not to be construed by the Bidder as
waiving any of the requirements of the specifications.
b. Data Sheets: Submit Data Sheets containing the following information:
1) Complete description of all equipment, including catalogs, cuts, and pertinent
engineering data.
2) Manufacturer of equipment.
3) Manufacturer's type.
4) Outline dimensions of line-up location of cable connections. Dimensions shall
be provided with a guarantee by the supplier. Changes shall be approved by the
Engineer. The Owner reserves the right to deduct compensation from the
supplier for any redesign cost or for changes in construction cost which are
caused by changes to outline dimensions after the bid submittal.
5) Weight if line-up
Low Voltage Variable Frequency Drives 26 29 23.11-4
LUB23203 — West Lubbock Water System Expansion
6) Parts list.
c. True and displacement power factor and efficiency data.
d. VFD Testing Information: Provide information on the VFD testing facility, location,
and test method. Provide a testing schedule and plan.
e. Provide a plan and schedule indicating dates for submittals, manufacturing, testing,
and delivery.
2. Pre -and Post -Submittal Meeting
a. Supplier shall include in his bid the cost of attending a one -day pre -submittal
meeting and a one -day post -submittal meeting at City of Lubbock office or in the
offices of Freese and Nichols, in Lubbock, TX Specific location will be determined
when the meeting is scheduled.
b. A pre -submittal meeting shall be held before any shop drawings are submitted and
shall be attended by the Owner, Engineer, Electrical Contractor (if selected), and
Equipment Manufacturer.
c. Representative(s) from the VFD Supplier shall include the Project
Manager/Individual(s): who will be responsible for the project at the factory and has
technical knowledge of the VFD design, no exceptions and the individual who will be
responsible for putting together the shop drawing Submittal, no exceptions. A
salesperson may attend, but not as a substitute for the Project individual(s)
indicated above. Manufacturer shall determine the number of people attending the
meeting and cover each person's cost.
d. A second meeting with the same parties shall be held to discuss review comments in
order to resolve issues and allow equipment to be released for manufacturing upon
completion of the Shop Drawing review by the Engineer. This second meeting may
only be waived at the Engineer's discretion.
e. Any shop drawings submitted before the pre -submittal meeting will be rejected and
sent back "Not Approved, Revise and Re -submit". The VFD Supplier shall provide an
unofficial draft copy of the actual submittal a minimum of 5 business days before
the meeting.
3. SHOP DRAWINGS
a. Any deviations from the specifications should be clearly identified on a separate
sheet of paper in the shop drawing submittal.
b. Size, type, and rating of all system components
c. Internal component layout diagrams.
d. Drawings shall show:
1) equipment dimensions.
2) Stub -up locations and conduit entry and exit locations. Conduit entry and exit
points clearly showing dimensions of entry and exit points. Provide a detailed
top view showing how conduits penetrate the top of the VFD. Coordinate with
the installation Electrical Contractor on this prior to submitting information to
the Engineer. The Manufacturer shall provide space in wire-ways/wire-ducts for
control cables routed to all field devices and equipment. The Manufacturer shall
Low Voltage Variable Frequency Drives 26 29 23.11-5
LUB23203 — West Lubbock Water System Expansion
accommodate all conductors for controls without exceeding the bending radius
of the wire.
3) shipping splits.
4) shipping and installation weights.
5) ventilation details.
6) nameplate schedule.
7) power equipment.
8) cable terminal sizes.
9) Drawings shall show vertical distance between terminations to top/bottom of
enclosure.
10) Provide a drawing of the front view elevation with designation of equipment
and devices on doors, and clearly indicating the maximum mounting height of
devices on doors.
11) Project specific control schematics and wiring diagrams: Detail wiring diagram
and differentiate between manufacturer -installed and field -installed wiring.
Show both power and control wiring. Labels on the control schematic for
control relays, level switches, indication lights, etc. shall correspond to
equipment tags/labels indicated on the Pump Control Schematic included in the
plans. Include a label above each timing relay indicating the range and setpoint
for that timing relay. Generic wiring diagrams are not acceptable.
12) The pump control schematic shall clearly indicate next to the corresponding
device symbol the following: the circuit breaker size, number of cables that can
be terminated on the incoming and outgoing, fuse sizes, size of CPT, CTs, etc.
The schematic shall include the motor nameplate information (HP, FLA, RPM)
and shall also include the valve limit switch position table.
13) Provide a drawing showing the Terminal strip layout showing customer field
connections. The terminal strip layout shall also include a label next to each
connection indicating signal description. Handwritten terminal numbers are not
acceptable.
14) One -Line diagram shall be submitted with initial submittal, No Exceptions. A
Three -Line diagram shall also be submitted with initial submittal, No Exceptions.
e. Complete bills of materials with model numbers listed for individual components.
f. Breakdown description of the VFD model number indicating what options are being
provided.
g. Catalog cut sheets of major components, power equipment clearly identifying make
and model number of device being provided.
h. Data sheets of miscellaneous electrical equipment.
i. Spare Parts List.
j. Cable termination sizes.
k. Conduit Entry and Exit locations.
Low Voltage Variable Frequency Drives 26 29 23.11-6
LUB23203 — West Lubbock Water System Expansion
Warranty information.
m. True and displacement power factor and efficiency.
n. Letter of Compatibility: The VFD supplier in conjunction with the pump/motor
supplier shall issue a letter of compatibility stating that the VFD and motor are
compatible.
o. Data on the characteristics and performance of the variable frequency drives,
including amperage ratings, horsepower rating, frame sizes, trip settings, short-
circuit current rating, etc.
p. Heat dissipation for the VFD and phase shifting/isolation transformers, and
transformer inrush data (duration versus magnitude). Transformer impedance and
X/R data. Provide complete information for the phase shifting /isolation
transformer including cut sheets for all transformer accessories. Submit the
transformer elevations and side views, floor plan, dimensions, weight, packaging for
shipment, field wiring diagrams for power and control circuits, transformer
nameplate information, and itemized bill of materials for accessories.
q. Project specific magnetizing current for the transformer (if applicable). Provide
magnetizing current magnitude and duration.
r. List of default VFD microprocessor motor protective features and their settings.
Harmonic distortion analysis: The manufacturer of the drive equipment shall
perform a bus voltage and/or current distortion calculation for each bus that
supplies a drive. The harmonic study shall be performed to determine the harmonic
content expected on the Purchaser's supply bus due to the addition of the variable
frequency drive and to determine the harmonic filter requirements. The total
harmonic distortion shall not exceed THD values as recommended by IEEE - 519-
latest version, under normal worst case operating conditions. The recommended
harmonic filter shall be supplied by the drive manufacturer. Harmonic analysis shall
be provided prior to or with the VFD shop drawings for approval. SUBMITTALS FOR
THE VFD SUBMITTED PRIOR TO OR WITHOUT THE HARMONIC ANALYSIS SHALL BE
CONSIDERED INCOMPLETE AND NOT REVIEWED. THE INITIAL SUBMITTAL SHALL
INCLUDE ALL INFORMATION LISTED ABOVE WITH THE EXCEPTION OF TEST
RESULTS. The Harmonic Distortion Analysis study shall contain, as a minimum, the
following:
1) Project specific information. Using typical pump motor and/or utility
information will not be accepted.
2) Preliminary harmonic levels without VFDs installed.
3) Preliminary harmonic levels with the VFDs operating as indicated in section
1.07.
4) Explanation of method used to perform the study.
5) Explanation of study results.
6) All calculations and/or computer printouts used to arrive at the
recommendations.
Low Voltage Variable Frequency Drives 26 29 23.11-7
LUB23203 — West Lubbock Water System Expansion
7) Voltage and Current harmonic content up to the fiftieth harmonic, for the
conditions specified above in table format.
t. Note: All documentation listed above shall be supplied with the VFD's initial
submittal. Incomplete submittals will be returned "NOT APPROVED, REVISE AND
RESUBMIT".
4. Prior to Shipment: The manufacturer shall provide detailed addresses (memory map) for
the software 1/0 points that are communicated over Ethernet, RS485, etc. that are
applicable to this project —this would include but not be limited to the data highways
associated with the motor protection relay and VFD. Coordinate with Owner/Engineer
for the list of 1/0 that will be transmitted over the data highways, the manufacturer shall
verify with the Owner if any changes have been made to the lists prior to submitting the
memory map.
5. FACTORYTEST DATA
a. Factory test data shall include a summary of all tests performed at the factory, both
those specifically identified in this specification and other factory standard tests.
Factory test data shall be submitted for approval prior to the drives being released
for shipment.
6. FIELD TEST DATA— Equipment Installation Report
a. The Electrical Contractor shall submit a detailed testing agenda a minimum of three
(3) weeks in advance prior to testing start date.
b. Field test data shall include summary of all tests performed in the field specifically
identified in this specification and other factory standard tests.
7. OPERATION AND MAINTENANCE MANUALS
a. Operation and maintenance manuals shall be prepared by the equipment
manufacturer and shall contain the final certified approved shop drawings,
submittals, schematics, final wiring diagrams with any changes made during start-
up, equipment installation report and maintenance procedures and test data.
b. Manuals may be manufacturer's standard instructions, but shall be supplemented as
necessary to cover any special feature not included in standard material.
c. Operation and maintenance manuals shall include warranty information as well as a
warranty information page that shall include information on the warranty start and
end date as well as contact information for service.
d. Submit preliminary manuals for review prior to start-up of equipment.
1.04 STANDARDS
The applicable provisions of the following standards shall apply as if written here in their entity.
A. Local Laws and Ordinances.
R. State and Federal Laws.
C. National Electrical Code (NEC).
D. Underwriters' Laboratories (UL).
E. American National Standards Institute (ANSI).
F. National Electrical Manufacturers Association (NEMA).
Low Voltage Variable Frequency Drives 26 29 23.11-8
LUB23203 — West Lubbock Water System Expansion
G. Institute of Electrical and Electronics Engineers (IEEE).
1.05 DELIVERY, STORAGE AND HANDLING
A. The VFD manufacturer shall be responsible for delivery of the equipment and accessories,
f.o.b. to the job site or to such storage site as may be designated by the Owner in good
condition and undamaged.
B. Unloading and storage of the equipment shall be the responsibility of the Owner or the
Electrical Contractor (if selected) who shall inspect the equipment for apparent damage.
Equipment which is found to be damaged will not be accepted until properly repaired or
replaced by the VFD manufacturer.
C. Handling and shipment of the equipment shall be in such a manner to prevent internal
component damage, breakage, and denting and scoring of the enclosure finish.
D. Equipment must be delivered and stored in accordance with the manufacturer's
recommendation at all times in a licensed and bonded warehouse. Equipment shall be
stored indoors in a clean, dry, climate controlled heated and air-conditioned environment
that is free from dust, No Exceptions. Protect equipment from exposure to dirt, fumes,
water, corrosive substances and physical damage. Stored equipment shall be properly
protected from rodents such as mice and rats.
Equipment that will be stored indoors for an extended period of time and that do not have
space heaters shall have temporary space heaters placed in it and energized to eliminate the
build-up of condensation in the equipment. The Electrical Contractor will provide temporary
wiring and power to the space heaters for the equipment. Coordinate with equipment
manufacturer for additional storage requirements.
F. Deliver in sections or lengths that can be moved past obstructions in delivery path.
1.06 WARRANTY
A. Equipment Manufacturer shall warrant the equipment furnished under this specification for
a period of two (2) years against defects in materials and workmanship, equipment design,
and operational failure.
B. In the event of failure in material, workmanship, or equipment design of any part or parts of
the equipment during the warranty period, and provided that the equipment has been
operated and maintained in accordance with good practice, the Equipment Manufacturer
shall furnish, deliver, and install a replacement for the defective part or parts at its own
expense. During the warranty period, the Contractor will remove and load the Goods on a
vehicle provided by the Equipment Manufacturer if it is necessary to return the Goods to
the Equipment Manufacturer for correction of defects during the Warranty Period. The
Contractor will reinstall the Goods when they are returned to the Site after defects have
been corrected. Equipment Manufacturer is to provide all parts, labor and incidental cost
for making repairs, shipping the Goods to the Site and providing startup services in
accordance with the Specifications.
C. The warranty period shall be interpreted as the 24-month period following the installation,
adjusting and acceptance testing, and the start of actual operation of the equipment, or 36
months after complete delivery, whichever occurs first.
Low Voltage Variable Frequency Drives 26 29 23.11-9
LUB23203 — West Lubbock Water System Expansion
1.07 HARMONICS ANALYSIS
A, A preliminary harmonic analysis shall be provided to the Engineer for approval prior to or at
the same time as the VFD shop drawings being sent for approval. Submittals for the variable
frequency drives submitted prior to or without the study will be considered incomplete and
not reviewed.
B. Provide an electrical system harmonics analysis for the electrical distribution system
including the electric utility. The goal of the study shall be to determine requirements for
the variable frequency drives and isolation/phase shifting transformers to comply with the
harmonic distortion levels.
C. The harmonics analysis shall verify compliance with the harmonics and line notching
requirements specified herein. The location of the point of common coupling shall be as
defined in section 3.04.C. The study shall evaluate all VFDs operating at the lowest operating
speed as specified in 43 24 13, "Vertical Centrifugal Pumping Units", all VFDs operating at
the full speed condition, and ten percent speed increments between these points.
D, The harmonic distortion for voltage and current distortion levels and line notching shall
meet the requirements of IEEE 519, latest version without the need for any ancillary filtering
equipment.
The Manufacturer shall coordinate with the Owner or Electrical Contractor (if selected) to
obtain all data necessary to perform the study. This includes feeder cable sizes,
approximate feeder length, motor data, switchgear data, electric utility data, and any other
information relevant to the study. The analysis shall use actual system impedance, Utility
transformer impedance, and available fault current from the Utility.
If harmonic filters are required to meet the requirements of the IEEE 519, latest version the
VFD manufacturer must provide the filters, and is responsible for the design and
manufacturer of the filters at no cost to the Owner.
G. Compliance shall be verified with onsite field measurements of both the voltage and current
harmonic distortion at the defined point of common coupling with and without the VFDs
operating.
H, VFD manufacturer shall coordinate with the Electric Utility Company for electrical data
required for the harmonic analysis.
2.00 PRODUCTS
2.01 GENERAL
A, Any modifications to a standard product required to meet this specification shall be
performed by the VFD manufacturer only.
B, Drive shall be air cooled. Liquid cooled systems shall not be acceptable. The VFD shall
consist of an incoming main circuit breaker section with a 65,000 AIC rating, input rectifier
grade drive isolation transformer or a phase shifting transformer, input converter/DC
bus/output inverter, a dv/dt filter if applicable, and control logic section. All components
shall be integral to the VFD lineup, factory wired and tested as a complete system.
Low Voltage Variable Frequency Drives 26 29 23.11-10
LUB23203 — West Lubbock Water System Expansion
C, VFDs shall meet IEEE Std. 519-latest version, Recommended Practices and Requirements for
Harmonic Control in Electrical Power Systems. The VFDs shall not exceed the following
harmonic limits at the point of common coupling for any combination of the pump
throughout the speed range.
D. The point of common coupling (PCC) shall be the customer's switchboard bus as shown on
the one -line diagram. See plans for more detail.
E. The voltage harmonic distortion (THD) at the point of common coupling shall not exceed 5
percent as indicated in Table 10.2 of IEEE Std. 519-latest version, for General System.
F. The current harmonic distortion at the point of common coupling shall not exceed the limits
in Table 10.3 of IEEE Std. 519-latest version, for General Distribution Systems.
G. The preliminary harmonic analysis and preliminary torsional analysis must be submitted by
the VFD manufacturer at the time of bid, which includes all voltage and current harmonics
to the 99th.
H, Compliance shall be verified by manufacturer or manufacturer's representative with onsite
field measurements of both the voltage and current harmonic distortion at the defined
point of common coupling with and without the VFDs operating.
L VFD system shall maintain a .95 minimum true power factor from 30% to 100% speed.
Power factor shall not become leading at any speeds. VFD manufacturer shall provide
written documentation verifying this. VFD system shall include power factor correction
and/or harmonic filter and shall never have a leading power factor under utility or generator
operation. VFD manufacturer is to supply a power factor correction system, if required, to
meet this requirement. Power factor correction system shall include a separate input
isolating contactor with fuses, power factor correction grade capacitors and series harmonic
decoupling reactors, all mounted and wired as part of the drive system. Power factor
correction system shall be mounted in the VFD.
2.02 SEQUENCE OF OPERATIONS
A, Refer to drawing 1/E-23 of the Pre -Purchase Package for the Pump Control Schematic.
B. In the Local mode of operation, the sequence of operations is initiated at the VFD. In
Remote mode the sequence of operations is initiated via the SCADA system.
C. Note: Control and timing relays shown on control schematic shall be hardwired NEMA type.
PLC/computer programming shall not be used for timers and relays.
2.03 VARIABLE FREQUENCY DRIVES
A, RATINGS
Guaranteed minimum VFD efficiency shall be 95% at 100% speed and 100% load and
minimum 94% at 75% speed. Losses shall include drive isolation transformer/phase
shifting transformer, input harmonic filters and power factor correction system, if
applicable, converter/DC bus/Inverter, and dv/dt filter. Auxiliary control, such as
internal VFD control boards, cooling fans or pumps, shall be included in all loss
calculations.
2. Rated Input Power: Non -phase sequence sensitive, 380-480 Volts, +/-10%, 3-phase, 60
Hz.
Low Voltage Variable Frequency Drives 26 29 23.11-11
LUB23203 —West Lubbock Water System Expansion
a. Voltage Dip Ride -through: VFD shall be capable of sustaining continued operation
with a 30% dip in nominal line voltage. Output speed may decline only if current
limit rating of VFD is exceeded.
b. Power Loss Ride -through: VFD shall be capable of 5 cycle power loss ride -through
without fault activation.
c. All 120VAC power for VFD control logic and cooling fans shall be fused and supplied
by the integral to the VFD.
3. Output Power: 200 HP (1800RPM), 480V, 6 to 60 HZ.
VFD manufacturer shall coordinate with pump and motor manufacturers for exact
motor requirements: HP, amps, RPM, etc. VFD and pump/motor manufacturers
shall provide a letter stating that the VFD and motor are compatible.
4. Ambient Temperature Range: 0 to 40°C.
5. Humidity: 95% non -condensing.
6. Elevation: Up to 3300 feet (1000 meters) above MSL without derating.
7. Power Unit Rating Basis: 100% rated current continuous, 150% rated current for one
minute, at rated temperature.
B. CONSTRUCTION
1. The control logic section shall be fully digital and not require analog adjustment pots or
fixed selector resistors. A power failure will not necessitate a re -load of any drive
parameters or configurations. The controller shall be suitable for any standard NEMA-B
squirrel -cage induction motor having a service factor of 1.15. The inverter output shall
be generated by IGBT's. The VFD shall not create excessive power losses in the motor.
VFD are to allow only 1 pump activation at a time.
2. VFDs shall be TOP ENTRY/TOP EXIT.
3. Provide VFD with adequate lifting means, capable of being rolled or moved into
installation position and bolted directly to the floor without the use of floor sills.
C, BASIC FEATURES
1. The VFD shall be capable of producing an adjustable AC voltage/frequency output to
provide continuous operation over the normal system 30%-100% speed range. The VFD
must be capable of sustained operation at 1/10 speed to facilitate checkout and
maintenance of the driven equipment.
2. The door of each unit shall include the door mounted components (as shown on the
VFD control schematic) arranged in a logical manner, subject to the Owner/Engineer's
approval. Operator interface and control logic shall be 120VAC. All control and signal
wires shall be shielded and fully protected against EMI/RFI interference.
3. The VFD shall include a customer selectable automatic restart feature. When enabled,
the VFD shall automatically attempt to restart after a trip condition resulting from
overcurrent, overvoltage, under voltage, or over -temperature. For safety, the drive
shall shut down and require manual reset and restart if the automatic reset/restart
function is not successful within a maximum of three attempts within a customer
programmable time period.
Low Voltage Variable Frequency Drives 26 29 23.11-12
LUB23203 — West Lubbock Water System Expansion
4. A door -mounted membrane keypad as provided by the manufacturer as their standard
interface shall be furnished, capable of controlling the VFD and setting drive
parameters. The keypad shall include the following features:
a. The digital display must present all diagnostic message and parameter values in
English engineering units when accessed, without the use of codes.
b. The keypad module shall contain a "self -test" software program which can be
activated to verify proper keypad operations.
c. The digital keypad shall allow the operator to enter exact numerical settings in
English engineering units. A plain English user menu shall be provided in software
as a guide to parameter setting (rather than codes). Driver parameters shall be
factory set in EEPROM and resettable in the field through the keypad. Two (2) levels
of password security shall be available to protect drive parameters from
unauthorized personnel. The EEPROM stored drive variables must be able to be
transferred to new boards to reprogram spare boards.
d. The following door mounted digital indications shall be supplied:
1) Speed demand in percent.
2) Input current in amperes.
3) Output current in amperes.
4) Output Frequency in hertz.
5) Input voltage.
6) Output voltage.
7) Total 3-phase KW.
8) Kilowatt hour meter.
9) Elapsed time running meter.
10) Output speed in percent.
e. The following door mounted pushbuttons, control switches and indicating lights
shall be supplied:
1) White indicating light (power on).
2) Elapsed time running meter (electro mechanical).
3) Emergency Stop pushbutton (push/pull type).
4) Hand-Off-SCADA selector switch.
5) Start Pushbutton.
6) Stop Pushbutton.
7) Amber push -to -test indicating light (VFD Fault)
8) Amber push -to -test indicating light (Motor Over Temp.)
9) Reset pushbutton (valve failure).
10) Blue push -to -test indicating light (pump failure).
Low Voltage Variable Frequency Drives 26 29 23.11-13
LUB23203 — West Lubbock Water System Expansion
11) Red push -to -test indicating light (pump run).
12) Green push -to -test indicating light (pump stop).
13) Green push -to -test indicating light (valve closed).
14) Blue push -to -test indicating light (valve failure).
15) Red push -to -test indicating light (valve open).
f. VFD shall be capable of direct communication to an IBM or compatible computer for
serial link setup of parameters, fault diagnostics, trending and diagnostic log
downloading. A USB port shall be door -mounted for computer interface. VFD
drawings shall indicate physical location of USB port.
D. ENCLOSURE: All VFD components including transformer shall be mounted and wired by the
VFD manufacturer in a grounded enclosure meeting the following requirements without
exception:
1. Power conversion and auxiliary equipment enclosure sections shall be NEMA-1 design.
2. All controls relays, pushbuttons, etc. shall be housed in a separate, 20" minimum,
auxiliary equipment enclosure that shall be a part of the VFD enclosure.
3. Maximum dimensions for VFD enclosure, including transformer shall be as indicated
below, No Exceptions:
Maximum Dimensions of VFD lineup
(no exceptions)
68"W x 36"D x 94"H
4. Front access only. Enclosure shall be top entry and top exit. Input and output sections
of the starter shall be suitable for terminating the number and size of conductors
indicated below. See plans for additional information.
Cable requirements with phase and
ground conductors
Incoming
2 sets each
Section
(3- 250kcmil, #3/OG., 3"C.)
Outgoing
(3 — 350kcmil , #3/OG., 3"C.)
Section
5. Printed circuit boards shall be conformal coated.
6. All power conductors (bus or cable) shall be insulated.
7. All relays and pushbuttons shall be NEMA rated, heavy duty type. IEC or dual IEC/NEMA
rated equipment shall not be acceptable.
8. All wiring shall be located internally within the VFD enclosure. External ductwork or
wireways shall not be utilized.
9. Terminal blocks shall be NEMA rated, 600V. Stacking (two -high) terminal blocks is not
acceptable.
Low Voltage Variable Frequency Drives 26 29 23.11-14
LUB23203 —West Lubbock Water System Expansion
10. All wiring shall be identified with wiring markers with alphanumeric characters. The
identification of each wire shall be the same as that shown on the electrical schematic.
Each wire shall be so identified at each end. Each end of every wire shall be provided
with a heat shrinkable or equivalent sleeve -type wire marker -labeled in accordance with
the electrical schematic. Use of adhesive and clip -on type markers is prohibited.
11. INSTRUMENT CURRENT TRANSFORMERS: Each instrument current transformer shall be
indoor wound type, meter class. Insulation shall be equal to that necessary to meet the
requirements of the IEEE standards. At normal rated amperes, under usual service
conditions, no part of the transformer shall exceed the heating limits specified in the
IEEE standards. Each current transformer shall be capable of carrying continuously, its
rated primary amperes, under conditions of accidental open secondary circuit, without
damage to the primary insulation. Accuracy shall have ANSI accuracy classification
C400.
12. CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Square D
Class 8501 Type X, or approved equal. Relays shall have the capability of having contact
decks added in the field. Contacts shall be field convertible to normally open or
normally closed. Coils and contacts shall each be replaceable without replacing any
other part of the relay. Where control relays are indicated on the Plans, industrial
control relays shall be furnished whether the relay coil is operated with 120 VAC or 24
VDC. General purpose "plug-in" type relays are not acceptable. Provide (2) NO, (2) NC
spare contacts
13. TIMING RELAYS: Solid state. Ranges shall be as shown on the Plans. The timing relays
shall have both normally open and normally closed contacts by having two sets of form
C contacts. Timing relays where shown on the Plans shall be Square D, Class 9050 Type
JCK60, or approved equal model for operation on the control voltage of the equipment
it is used in. Timing relay shall be provided with restraining strap. Terminal shall be
front -mounted and readily accessible.
14. INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30 mm);
Square D Class 9001 or approved equal. Pilot lights shall be push to test (LED type) and
shall be Square D SK or approved equal.
15. ELAPSED TIME METER: The meter shall be of a non -reset type, for totalizing of hours
and shall operate on 120 VAC, 60 Hertz. Starter shall be provided with an elapsed time
meter; Yokogawa Model 240, 3 %" New Big Look type elapsed time meter, or approval
equal. Digital time meters are not acceptable.
16. Maximum door swing clearance shall not exceed 36".
17. After fabrication, metal structures shall be thoroughly cleaned, bonderized as a unit and
then given a primary coat, a coat of rust preventative and a finishing coat of quick -
drying lacquer. Unless otherwise specified, the color of the panels and the exteriors of
structures shall be gray ANSI-61 or ANSI-49. Instruments, relays, and meters shall have
dull black standard finish.
18. Air shall be exhausted through the top and front of the VFD enclosure. No air shall be
exhausted through the rear of the enclosure.
Low Voltage Variable Frequency Drives 26 29 23.11-15
LUB23203 — West Lubbock Water System Expansion
19. The control relays, timing relays, and terminal strips shall be readily accessible while the
VFD is energized and operating without exposing a person to live 480V when the VFD
door is open. Provide a 20" wide (minimum) full vertical section for controls only, no
exceptions. This full vertical section shall only have devices 120V or lower. Locating a
CPT in this full vertical section is not acceptable.
20. Provide a print pocket pouch with the control schematic drawings on the inside of the
VFD door. The control schematic drawings shall be the final version of the drawings and
shall include any field revisions made during start-up.
21. Lights, pushbuttons, switches, displays, etc. shall be mounted no higher than Y-6" AFF,
which shall include the height of the 4" housekeeping pad. Front drive panel layout
showing exact mounting heights shall be submitted to the Engineer for approval.
22. VFD manufacturer shall verify with motor manufacturer that the contact from the VFD
for energizing the motor space heater is properly sized to handle the space heater load.
E. NAMEPLATES
1. Externally visible, permanent nameplates shall be provided to identify each instrument,
switch, indicating light, etc. Equipment and terminal blocks shall be suitably identified.
This shall include items on the back side of doors and panel mounted items.
Nameplates shall be white lettering on a black background and attached with stainless
steel screws.
2. Equipment nameplates and designations shall be 2 in. by 5 in. minimum, not less than
1/16 in. thick, engraved laminated plastic fastened with stainless steel screws.
Nameplates shall be 1 in. white lettering on black background, and shall indicate
equipment designations as shown on the drawings.
3. Provide legend plates or 1 in. by 3 in. engraved nameplates with % in. lettering for
identification of all pilot devices and meters.
4. Provide permanent warning signs as follows:
a. "DANGER— HIGH VOLTAGE— KEEP OUT" on all enclosure doors.
b. "WARNING— HAZARD OF ELECTRIC SHOCK— DISCONNECT POWER BEFORE
OPENING OR WORKING ON THIS UNIT"
F. PROTECTIVE FEATURES AND CIRCUITS
The VFD controller shall be used for motor protection and metering. The VFD controller
shall include the following alarms and protective features:
a. Static instantaneous overcurrent and overvoltage trip.
b. Undervoltage and power loss protection.
c. Power unit overtemperature alarm and protection. Upon sensing an
overtemperature condition VFD is to annunciate an alarm and automatically reduce
output speed in order to shed load maintaining process operation. If
overtemperature continues beyond specified period, unit to trip on
overtemperature.
d. Electronic motor inverse time overload protection.
e. The VFD shall be protected from damage due to the following, without requiring an
output contactor:
1) Single-phase fault or three-phase short circuit on VFD output terminals.
Low Voltage Variable Frequency Drives 26 29 23.11-16
LUB23203 —West Lubbock Water System Expansion
2) Failure to communicate inverter thermistor due to severe overload or other
conditions.
3) Loss of input power due to opening of VFD input disconnect device or utility
power failure during VFD operation.
4) Loss of one (1) phase of input power.
5) Motor regeneration due to backspin or loss of VFD input power.
f. The VFDs shall be able to withstand the following fault conditions without damage
to the power circuit components.
1) Failure to connect a motor to the VFD output.
2) VFD output open circuit that may occur during operation.
g. The VFD shall have auto frequency roll -back capability during overload or
overtemperature and conditions to minimize nuisance tripping.
h. Control functions such as speed setpoint, start, stop, alarm, and status functions
shall be transmitted as discrete 1/0 to the station PLC (provided by others). The VFD
shall be capable of communicating setup parameters for 4 diagnostics, trending
information, and diagnostic log downloading over an Ethernet TCP/IP data highway
to the station PLC.
i. All 1/0, discrete and analog signals shall be wired to terminal blocks for customer's
use.
G. PARAMETER SETTINGS
1. The following system configuring settings shall be provided, without exception, field
adjustable through the keypad/display unit or via the serial communication port only.
Except for Motor Nameplate Data, all parameters must be adjustable while the
processor is online and the drive is running.
a. Motor Nameplate Data
1) Motor frequency.
2) Number of poles.
3) Full load speed.
4) Motor volts.
5) Motor full load amps.
6) Motor KW.
7) Current limit, max.
b. VFD Limits
1) Manual accel rate.
2) Manual decel rate.
3) Auto accel rate.
4) Auto decel rate.
Low Voltage Variable Frequency Drives 26 29 23.11-17
LUB23203 — West Lubbock Water System Expansion
5) Motor flux buildup delay: time/amount.
6) 1 boost.
7) Overload trip curve select (Inverse or Constant).
8) Min/Max speed (frequency).
9) Auto reset for load or voltage trip select.
10) Overload trip time set.
11) Slip compensation.
12) Catch -A -Spinning -Load select.
c. VFD Parameters
1) Voltage loop gain.
d. Controller Adjustments
1) PID control enable/disable.
2) Setpoint select.
3) Proportional band select.
4) Reset time select.
5) Rate time select.
6) Input signal scaling.
7) Input signal select (4-20 mA/0-5 Volts).
8) Auto start functions: On/Off, Delay On/Off,
Level Select On/Off.
9) Speed Profile: Entry, Exit, Point Select.
10) Min, Max Speed Select.
11) Inverse Profile Select.
12) Critical speed avoidance select.
2. All drive setting adjustments and operation parameters shall be stored in a parameter
log which lists allowable maximum and minimum points as well as the present set
values. This parameter log shall be accessible via Ethernet communications as well as
on the keypad display.
H, DIAGNOSTIC FEATURES AND FAULT HANDLING
1. The VFDs shall include a comprehensive microprocessor based digital diagnostic system
which monitors its own control functions and displays faults and operating conditions.
Microprocessor systems must be products of the same manufacturer as the VFD (to
assure single source responsibility, availability of service and access to spare parts).
2. A "FAULT LOG" shall record, store, display and print upon demand, the following for the
8 most recent events:
a. VFD mode (LOCAL -OFF -REMOTE).
Low Voltage Variable Frequency Drives 26 29 23.11-18
LUB23203 — West Lubbock Water System Expansion
b. Date and time of day.
c. Type of fault.
d. Reset mode (Auto/Manual).
3. A "HISTORIC LOG" shall record, store, display and print upon demand, the following
control variables at 2.7 M/Sec. intervals for the 50 intervals immediately preceding a
fault trip:
a. VFD mode (LOCAL -OFF -REMOTE).
b. Speed demand.
c. VFD output frequency.
d. Demand (output) Amps.
e. Feedback (motor) Amps.
f. VFD output volts.
g. Type of fault.
h. REMOTE enable.
3.00 EXECUTION
3.01 GENERAL
A, The Manufacturer's Representative has responsibilities in the installation and field testing of
the equipment as described in this Section. Installation of equipment shall be performed by
the Contractor who shall be required to assemble the equipment, if required, and install it in
accordance with Installation, Operation and Maintenance instructions which shall be
furnished by the vendor or manufacturer, and the installation drawings for this project.
1. The Contractor shall furnish all labor, tools, equipment and machinery necessary to
receive, inspect, unload, store, protect, and install completely, in proper operating
condition, the equipment. Contractor shall protect and store the VFD indoors, as
recommended by the manufacturer and as described in section 1.05.
2. He shall also furnish such incidental items not supplied with the equipment, but which
may or may not be described in the Plans and Specifications, for complete installation,
such as wiring, conduit, ducts, anchors and other appurtenances as necessary.
B. The Contractor shall schedule the service of the manufacturer to assist in the installation,
adjustment, and acceptance test of the equipment.
3.02 INSTALLATION AND START-UP
A, Manufacturer's representative shall be available to advise and assist the installation of the
VFDs by the Contractor.
B. Furnish the services of a competent manufacturer's service representative from the factory
of the VFD manufacturer who shall be experienced in the assembly and wiring of the VFD
drive units of similar size and character. He shall direct the installation of the equipment
and shall assist and advise with the electricians or other workmen who are performing the
actual work of installing the VFD drive units. He also shall assist in the adjustment and
testing of the equipment.
Low Voltage Variable Frequency Drives 26 29 23.11-19
LUB23203 — West Lubbock Water System Expansion
C, Adjust the calibration of protective relays/breakers according to the protective device
coordination study (provided by others) and test the settings. Prepare a card index for the
relays, the settings, the test results and marked thereon, and submit to the Owner.
D, Instruct the operating and maintenance personnel in principle of operating of all major
devices and the care and maintenance of components included in the VFD drive units, for a
period of not less than five consecutive 8-hour days.
E. Time spent on the job by the service representative shall be adequate for performing the
above functions.
F. All costs (travel expenses, testing equipment, etc.) required for testing and start-up shall be
the responsibility of the equipment manufacturer/Contractor.
3.03 TRAINING
A, The equipment manufacturer shall coordinate with the Contractor to provide a training
session for the Owner's representatives at the jobsite or other office location chosen by the
Owner. Each eight -hour training session shall be broken up into two segments each of 4-
hours with a 15 minute break every two hours. Lunch break will be one hour. Training
sessions shall be scheduled and coordinated with the Owner.
B, Training sessions shall be conducted by VFD manufacturer personnel.
C, Training shall be for four members of the Owner's staff.
D, Supplier shall submit a training outline and manual of training course material for
Owner's/Engineer's review and comment a minimum of 4 weeks before training is to take
place.
Instruct the operating and maintenance personnel in principle of operating of all major
devices and the care and maintenance of components included in the VFD drive units, and
troubleshooting for a period of not less than one (1) eight (8) hour day. Coordinate with
Owner for exact requirements. Provide three-ring binders to participants complete with
copies of drawings and other course material covered.
F. All costs (travel expenses, testing equipment, etc.) required for the training shall be the
responsibility of the equipment manufacturer/contractor.
3.04 FIELD QUALITY CONTROL
A, Testing, checkout and start-up of the VFD equipment shall be performed under the technical
direction of the manufacturer's field service Engineer from the Factory of the VFD
manufacturer. Under no circumstances are any portions of the drive system to be energized
without authorization from the field service Engineer.
B. Manufacturer's Field Service: Engage a factory -authorized service representative to perform
the following. Perform the following field tests and inspections and prepare test reports.
1. Inspect controllers, wiring, components, connections, and equipment installation. Test
and adjust controllers, components, and equipment.
2. Assist in field testing of equipment (including pretesting and adjusting of solid-state
controllers).
3. Report results in writing.
Low Voltage Variable Frequency Drives 26 29 23.11-20
LUB23203 — West Lubbock Water System Expansion
4. Perform each electrical test and visual and mechanical inspection, except optional tests,
stated in NETA ATS. Certify compliance with test parameters.
5. Correct malfunctioning units on -site, where possible, and retest to demonstrate
compliance; otherwise, replace with new units and retest.
C. Harmonics, Efficiency and True Power Factor Testing:
1. Once the drive has been installed, testing shall be provided by the manufacturer to
verify conformance with the specifications for the following:
a. Harmonics.
b. Efficiency.
c. True Power Factor.
Note: Tests are to be conducted on normal utility power and stand-by generator power.
The harmonics, efficiency and power factor tests shall be measured at the input to each
drive and point of common coupling and data shall be taken at the different operating
speeds (50%-100% speed in 10% increments). Readings with printouts shall be provided for
the harmonics, efficiency and true power factor in the report to be submitted to the
Engineer.
2. The type of instruments' make, model and manufacturer that are used in the field
testing shall be submitted along with the report.
3. A description of the testing procedures shall be sent to the Engineer prior to testing
taking place.
4. Prepare for acceptance tests as follows:
Test insulation resistance for each enclosed controller element, bus, component,
connecting supply, feeder, and control circuit.
b. Test continuity of each circuit.
5. The VFD Supplier shall provide readings with printouts (in table and graphical format) of
the harmonic current at each harmonic as well as the total voltage distortion up to the
501h harmonic. The following readings shall be provided:
a. At point of common coupling (Main Switchboard PS17-SWBD1):
1) The following combinations shall be evaluated for each set of VFDs connected
to their point of common coupling. With VFDs operating and starting at
minimum pump speed and ramping up simultaneously to full pump speed with
testing conducted at 10% speed increments:
a) With all Drives off
b) One (1) VFD running with load — operating and starting at minimum pump
speed and ramping up to full speed with testing conducted at 10%
increments.
c) Two (2) VFDs running with load — VFDs operating and starting at minimum
speed and ramping up to full speed with testing conducted at 10%
increments.
d) All Three (3) VFDs running with load — all VFDs operating and starting at
minimum speed and ramping up simultaneously to full sped with testing
conducted at 10% increments.
Low Voltage Variable Frequency Drives 26 29 23.11-21
LUB23203 —West Lubbock Water System Expansion
b. At the power connection to each drive.
6. The VFD manufacturer shall test the motor at the job site, once the motors and VFD
line-up are installed to verify minimum 0.95 power factor. VFD manufacturer shall
provide hand calculations verifying motor power factor corrected to 0.95 or better as
part of report data.
7. A bound report shall include graphical representation of this information in the
following format for each 10% speed increment:
a. Voltage harmonic content versus harmonic order through 99th harmonic.
b. Current harmonic content versus harmonic order through 99th harmonic.
c. True Power factor (displacement and non -sinusoidal) versus harmonic order
through 99th harmonic.
8. Report shall provide written description of field test results and show verification that
field tests meet the requirements of this VFD specification. Report shall be reviewed by
Engineer/Owner for approval. If these tests show that the drives are not in compliance
with the Specifications, the drive manufacturer shall make all changes required to
comply with the Specifications at no cost to the Owner. If required, this could mean
replacing the drives that are not in compliance.
9. A copy of all tests and checks performed in the field, complete with meter readings and
recordings, where applicable, shall be submitted to the Engineer and Owner as an
official submittal.
D, The tests shall be witnessed by the Owner and Engineer. Provide at least two (2) weeks
notice to the Owner and Engineer prior to conducting these tests. Final acceptance of the
VFD installation will not be considered until the Owner and Engineer have witnessed the
test described above and a formal written report has been submitted and approved by the
Engineer.
The VFD manufacturer or manufacturer representative shall submit a written Equipment
Installation Report certifying the equipment is properly installed and has been operated
under all operating conditions and is operating under all operating conditions and is
operating satisfactorily per the requirements of the specification.
F. Provide for the Engineer's review a complete list of test procedures, standards, equipment
and calibration reports of the measuring and testing equipment used.
G. Any deficiencies with regard to these specifications shall be corrected by the manufacturer
at no expense to the Owner. Prior to any corrective action, a plan of correction shall be
submitted to the Engineer for approval.
H. During start-up the VFD manufacturer's representative shall coordinate with the motor
supplier for the optimum carrier frequency to operate the VFD at to keep the audible noise
of the motor to a minimum. The VFD manufacturer shall also take into account dv/dt to
reduce the stresses imposed on the motor windings and efficiency of the drive.
L For Final O&M manual, the Manufacturer shall provide a hard copy of the final VFD set
points be provided and revised control schematics including any changes to control
schematic made during start up.
3.05 SPARE PARTS
Low Voltage Variable Frequency Drives 26 29 23.11-22
LUB23203 — West Lubbock Water System Expansion
A. The following spare parts of the type and size furnished shall be provided:
1. Ten of each type of power and control fuse rated 600V or less.
2. Two of each type of panel lamp.
3. One of each type of printed circuit board, including diagnostic systems.
4. One spare EPROM chip for each VFD.
5. One microprocessor -based interface display and monitoring panel, and keypad.
6. One spare relay and timer of each type.
7. One of each fan or blower installed.
3.06 CLEAN AND ADJUST
The manufacturer shall furnish sufficient touch-up paint of the same type and color used at the
factory to repair damages incurred in installation. Perform touch up painting to achieve the
original paint thickness, quality, and appearance.
Low Voltage Variable Frequency Drives 26 29 23.11-23
LUB23203 — West Lubbock Water System Expansion
ATTACHMENT A
SUBMITTAL DATA SHEET FOR
26 29 23.11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES
Submit the following data with the Bid Proposal and with the Shop Drawing submittal:
Item No.
Description
For "PS17-PI-VFD", "PS17-P2-VFD",
"PS17-P3-VFD"
1
Manufacturer Make and
Model (series):
2
Total Equipment Dimensions
(inches)/unit:
Width x Depth x Height
W x D x H
3
Total Weight (lbs.)/unit:
4
VFD Efficiency @80% Load
5
VFD Efficiency @100% load
6
True Power Factor @25% Load
7
True Power Factor @50% Load
8
True Power Factor @75% Load
9
True Power Factor @100% Load
10
Heat Loss (Watts) per unit
END OF SECTION
Low Voltage Variable Frequency Drives 26 29 23.11-24
LUB23203 — West Lubbock Water System Expansion
26 32 13 LOW VOLTAGE ENGINE GENERATORS
1.00 GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
B. Relevant Specification Sections:
1. Section 26 36 00 "Low Voltage Automatic Transfer Switches"
C. This Section includes packaged engine -generator sets for standby power supply with the
following features:
1. Battery charger.
2. Sub -base fuel tank.
3. Engine generator set.
4. Muffler.
5. Outdoor enclosure.
6. Remote stop switch.
7. Starting battery
8. Fuel Maintenance system
9. Generator Set Controller and Panel.
D. The engine manufacturer's authorized distributor shall supply the complete power system
to include the generator and related components specified in this section, so that there is
one source of responsibility for coordination and testing.
E. Equipment that shall be provided by the generator manufacturer that is further specified in
other sections of these documents is as follows:
1. Section 26 05 19 "Low Voltage Electrical Power Conductors and Cables"
2. Section 26 05 26 "Grounding and Bonding for Electrical Systems"
3. Section 26 05 33 "Raceways and Boxes for Electrical Systems"
4. Section 26 22 13 "Low Voltage Distribution Transformer"
5. Section 26 24 16 "Panelboards"
6. Section 26 27 26 "Wiring Devices"
1.02 DEFINITIONS
A. Operational Bandwidth: The total variation from the lowest to highest value of a parameter
over the range of conditions indicated, expressed as a percentage of the nominal value of
the parameter.
Low Voltage Engine Generators 2632 13 - 1
LUB23203 — West Lubbock Water System Expansion
B. Standby Rating: Power output rating equal to the power the generator set delivers
continuously under normally varying load factors for the duration of a power outage.
C. Steady -State Voltage Modulation: The uniform cyclical variation of voltage within the
operational bandwidth, expressed in Hertz or cycles per second.
1.03 SUBMITTALS
Submittals shall be in accordance with Section 0133 00, "Document Management" and shall
include:
A. Pre -and Post -Submittal Meeting
1. Supplier shall include in his bid the cost of attending a one -day pre -submittal meeting
and a one -day post -submittal meeting in the City of Lubbock office or Freese and
Nichols' Lubbock office — exact location to be determined at a later date.
2. A pre -submittal meeting shall be held before any shop drawings are submitted and shall
be attended by the Owner, Engineer, Electrical Contractor, and Equipment
Manufacturer.
3. Representative(s) from the generator supplier shall include individuals who have
technical knowledge of the equipment and will be responsible for putting together the
submittal. A salesperson may attend, but not as a substitute for the individuals
indicated above. Manufacturer shall determine the number of people attending the
meeting and cover each person's cost.
4. A post -submittal meeting with the same parties shall be held to discuss review
comments in order to resolve issues and allow equipment to be released for
manufacturing upon completion of the Shop Drawing review by the Engineer. This
second meeting may only be waived at the Engineer's discretion.
5. Any shop drawings submitted before the pre -submittal meeting will be rejected and
sent back Not Approved, Revise and Resubmit. The Generator Supplier shall provide an
unofficial draft copy of the actual submittal a minimum of 5 business days before the
meeting.
6. Product Data: For each type of packaged engine generator indicated. Include rated
capacities, operating characteristics, and furnished specialties and accessories. In
addition, include the following:
7. Dimensioned outline plan and elevation drawings of engine generator set and other
components specified.
8. Thermal damage curve for generator.
9. Time -current characteristic curves for generator protective device.
B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads,
required clearances, method of field assembly, components, and location and size of each
field connection.
Design Calculations: Calculate requirements for selecting vibration isolators and seismic
restraints and for designing vibration isolation bases.
Low Voltage Engine Generators 2632 13 - 2
LUB23203 — West Lubbock Water System Expansion
2. Vibration Isolation Base Details: Detail fabrication, including anchorages and
attachments to structure and to supported equipment. Include base weights.
3. Wiring Diagrams: Detail wiring for power and control connections and differentiate
between factory installed and field installed wiring.
4. Generator sizing analysis.
a. Detailed sizing analysis shall clearly identify assumptions made for loads being
started/operated by the generator.
1). The maximum voltage drop allowed shall be 15%.
2). The maximum frequency drop allowed shall be 10%.
3). The nominal load on the generator shall not exceed 85% of the rated load
capacity.
4). The generator shall be sized to start and run the loads as indicated under
Section 2.02. Manufacturer shall certify that the generator will not stall under
these conditions.
5). The generator shall be sized to operate continuously at an ambient temperature
of 122 degrees Fahrenheit.
6). Calculations shall be for a Diesel Fuel generator set.
b. The generator manufacturer and Contractor shall be responsible for obtaining all
information to run the generator sizing analysis, including nameplate rating listed on
the motors. The manufacturer/Contractor shall be responsible for obtaining actual
load data.
c. The kW rating shown on the plans is anticipated, but shall not be used to determine
the actual size of the generator provided for this project.
5. Provide a detailed layout of the generator enclosure that shows the location of the low
voltage terminal box, generator control panel, lights, receptacles, panelboard, etc.
6. Provide project specific interconnection diagrams for all customer connections for
alarms, level, etc. Interconnections that are not specific to the project shall not be
shown. Generic drawings are not acceptable. Submittals that do not include project
specific diagrams will be sent back NOT APPROVED, REVISE AND RESUBMIT.
7. Provide cut sheets for all equipment being provided for the generator including but not
limited to:
a. Generator and Enclosure
b. Panelboard
c. Exhaust Fans and louvers
d. Conduits
e. Wiring
f. Lights
g. Switches
Low Voltage Engine Generators 2632 13 - 3
LUB23203 — West Lubbock Water System Expansion
h. Receptacles
i. Batteries and charging system
j. Service Platform (reference layout on the contract plans)
k. Fuel Maintenance System
I. Starters, disconnects, pushbutton, etc.
m. Provide a detailed panelboard schedule for the panelboard provided in the
generator enclosure.
8. Paint chip colors for options on generator enclosure color to select from.
9. Certified summary of prototype -unit test report.
10. Certified Test Reports: For components and accessories that are equivalent, but not
identical, to those tested on prototype unit.
11. Report of factory test on units to be shipped for this Project, showing evidence of
compliance with specified requirements.
12. Report of sound generation.
13. Report of exhaust emissions showing compliance with applicable regulations.
C. Letter of Compatibility: The Generator supplier in conjunction with the ATS supplier shall
issue a letter of compatibility stating that the Generator and ATS are compatible.
D. Prior to Shipment: The manufacturer shall provide detailed addresses (memory map) for the
software 1/0 points that are communicated over Ethernet, RS485, etc. that are applicable to
this project — this would include but not be limited to the data highways associated with the
generator. Coordinate with Owner/Engineer for the list of 1/0 that will be transmitted over
the data highways, the manufacturer shall verify with the Owner if any changes have been
made to the lists prior to submitting the memory map.
E. Field quality -control test reports. Indicate and interpret test results and inspection records
relative to compliance with performance requirements. Provide load bank and 3rd Party
Sound testing results. All Generator Testing Report(s) shall be submitted to Engineer for
approval no later than two weeks after testing has been conducted.
F. Factory Test Data: Submit factory test data to Engineer for approval prior to shipping
generator to job site.
G. Equipment installation report.
H. Operation and Maintenance Data: For packaged engine generators to include in emergency,
operation, and maintenance manuals. In addition to items specified in Division 01 Section
"Operation and Maintenance Data," include the following:
1. List of tools and replacement items recommended to be stored at Project for ready
access. Include part and drawing numbers, current unit prices, and source of supply.
1. Warranty: Special warranty specified in this Section.
Low Voltage Engine Generators 2632 13 - 4
LUB23203 — West Lubbock Water System Expansion
1.04 QUALITY ASSURANCE
A. Installer Qualifications: Manufacturer's authorized representative who is trained and
approved for installation of units required for this Project.
B. Manufacturer Qualifications: A qualified manufacturer. Maintain, within 200 miles of
Project site, a service center capable of providing training, parts, and emergency
maintenance repairs.
C. Source Limitations: Obtain packaged generator sets and auxiliary components through one
source from a single manufacturer.
D. 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.
E. Comply with ASME B15.1.
F. Comply with NFPA 37.
G. Comply with NFPA 70.
H. Comply with NFPA 110 requirements
I. Comply with UL 2200.
J. Engine Exhaust Emissions: Comply with applicable Federal, State and Local government
requirements.
K. Comply with UL 1008
L. Comply with ATS Standard.
M. Comply with NEMA MG-1 and SG-1
N. Submit written reports for all required factory and field tests.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver engine generator set and system components to their final locations in protective
wrappings, containers, and other protection that will exclude dirt and moisture and prevent
damage from construction operations. Remove protection only after equipment is safe
from such hazards.
B. Store the generator as recommended by manufacturer.
1.06 PROJECT CONDITIONS
A. Environmental Conditions: Engine -generator system shall withstand the following
environmental conditions without mechanical or electrical damage or degradation of
performance capability:
1. Ambient Temperature: -15 deg C. to 40 deg C.
2. Relative Humidity: 0 to 95 percent.
3. Altitude: Sea level to 3300 feet.
Low Voltage Engine Generators 2632 13 - 5
LUB23203 — West Lubbock Water System Expansion
1.07 FACTORY INSPECTION AND TESTS
A. TESTS
1. GENERAL
a. Generator manufacturer shall provide to the Engineer a complete list of all tests to
be performed on the generator as a formal submittal to the Engineer a minimum of
30 days prior to the generator being tested.
2. The generator manufacturer shall provide the actual test data, observations, and
certification that the tests have been completed prior to shipment to the Engineer for
approval
3. The witness testing shall also include an inspection of the generator enclosure once it is
complete prior to the enclosure being shipped to the jobsite. Testing shall include
functionality testing of all generator enclosure equipment — lights, receptacles, alarms,
etc.
B. Factory Testing.
1. The generator set manufacturer shall perform a complete operational test on the
generator set prior to shipping from the factory. All testing shall be conducted at the
factory. No exceptions. A certified test report shall be provided. All testing shall be
performed with calibrated metering.
2. Generator set factory tests on the equipment shall be performed at rated load and rated
power factor. Generator sets that have not been factory tested at rated power factor
will not be acceptable. Tests shall include:
a. Reactive Load Bank Testing, 20 minutes at 25% load, 20 minutes at 50% load, 20
minutes at 75% load, 4 hours at 100% load.
b. Transient testing, 0-25-0%, 0-50-0%, 0-75-0%, 0-100-0%.
c. Standard factory test procedures" maximum power, voltage regulation, transient
and steady-state governing, single step load pickup, and function of safety
shutdowns.
d. Provide a certified copy of the testing report to the engineer after shipment.
3. Provide sound testing at the Generator Manufacturer's factory with unit operating at
full load and no load. Measurements shall be at all points around the enclosure at 5.5
feet above grade to ensure compliance with sound levels specified.
1.08 COORDINATION
A. Coordinate size and location of concrete bases for package engine generators. Cast anchor -
bolt inserts into bases.
1.09 DELIVERY, STORAGE, AND HANDLING
A. Deliver engine generator set and system components to their final locations in protective
wrappings, containers, and other protection that will exclude dirt and moisture and prevent
damage from construction operations. Remove protection only after equipment is safe
from such hazards.
Low Voltage Engine Generators 2632 13 - 6
LUB23203 — West Lubbock Water System Expansion
B. Store the generator as recommended by manufacturer.
1.10 WARRANTY
A. Equipment Manufacturer shall warrant the equipment furnished under this specification for
a period of two (2) years against defects in materials and workmanship, equipment design,
and operational failure.
I In the event of failure in material, workmanship, or equipment design of any part or parts of
the equipment during the warranty period, and provided that the equipment has been
operated and maintained in accordance with good practice, the Equipment Manufacturer
shall furnish, deliver, and install a replacement for the defective part or parts at its own
expense. During the warranty period, the Contractor will remove and load the Goods on a
vehicle provided by the Equipment Manufacturer if it is necessary to return the Goods to
the Equipment Manufacturer for correction of defects during the Warranty Period.
Contractor will reinstall the Goods when they are returned to the Site after defects have
been corrected. Equipment Manufacturer is to provide all parts, labor and incidental cost
for making repairs, shipping the Goods to the Site and providing startup services in
accordance with the Specifications.
C. The warranty period shall be interpreted as the 24-month period following the installation,
adjusting and acceptance testing, and the start of actual operation of the equipment, or 36
months after complete delivery, whichever occurs first.
1.11 MAINTENANCE SERVICE
A. Initial Maintenance Service: Beginning at Substantial Completion, provide 12 months' full
maintenance by skilled employees of manufacturer's designated service organization.
Include quarterly exercising to check for proper starting, load transfer, and running under
load. Include routine preventive maintenance as recommended by manufacturer and
adjusting as required for proper operation. Provide parts and supplies same as those used
in the manufacture and installation of original equipment.
1. In accordance with OCA 252:565-7-4(b)(1), post a complete set of operational
instructions, emergency procedures and maintenance schedules at the station.
1.12 SPARE PARTS
A. Furnish extra materials described below that match products installed and that are
packaged with protective covering for storage and identified with labels describing contents.
1. Fuses: One for every 10 of each type and rating, but no fewer than one of each.
2. Indicator Lamps: Two for every six of each type used, but no fewer than two of each.
3. Filters: One set each of lubricating oil, fuel, and combustion -air filters.
2.00 PRODUCTS
2.01 MANUFACTURERS
A. Acceptable Generator manufacturers:
1. Caterpillar
Low Voltage Engine Generators 2632 13 - 7
LUB23203 — West Lubbock Water System Expansion
2. Cummins Power Systems
3. No approved equal
B. Acceptable Enclosure Manufacturer:
1. ACS
2. 3P1
3. E&CA
4. Wedlake
5. No approved equal
2.02 ENGINE -GENERATOR SET
A. Factory -assembled and -tested, engine -generator set.
B. Mounting Frame: Maintain alignment of mounted components without depending on
concrete foundation; and have lifting attachments.
1. Rigging Diagram: Inscribed on metal plate permanently attached to mounting frame to
indicate location and lifting capacity of each lifting attachment and generator -set center
of gravity.
C. Capacities and Characteristics:
1. Power Output Ratings: minimum of 1500kW/1875kVA but generator manufacturer shall
verify rating based on loads identified below.
2. Output Connections: 480Y/277V, three-phase, four wire.
3. Nameplates: Each major system component is equipped with a conspicuous nameplate
of component manufacturer. Nameplate identifies manufacturer of origin and address,
and model and serial number of item. Limiting dimensions indicated for system
components are not exceeded.
D. Generator -Set Performance:
1. Steady State Voltage Modulation Frequency: Less than 1 Hz.
2. Steady -State Voltage Operational Bandwidth: 0.5 percent of rated output voltage from
no load to full load.
3. Transient Voltage Performance: Not more than 33 percent variation for 100 percent
step -load increase or decrease. Voltage shall recover and remain within the steady-
state operating band within three seconds.
4. Steady -State Frequency Operational Bandwidth: 0.5 percent of rated frequency from no
load to full load.
5. Steady -State Frequency Stability: When system is operating at any constant load within
the rated load, there shall be no random speed variations outside the steady-state
operational band and no hunting or surging of speed.
Low Voltage Engine Generators 2632 13 - 8
LUB23203 — West Lubbock Water System Expansion
6. Transient Frequency Performance: Less than 11 percent variation for 100 percent step -
load increase or decrease. Frequency shall recover and remain within the steady-state
operating band within five seconds.
7. Output Waveform: At no load, harmonic content measured line to line or line to neutral
shall not exceed 5 percent total and 3 percent for single harmonics. Telephone
influence factor, determined according to NEMA MG 1, shall not exceed 50 percent.
8. Sustained Short -Circuit Current: For a 3-phase, bolted short circuit at system output
terminals, system shall supply a minimum of 300 percent of rated full -load current for
not less than 10 seconds and then clear the fault automatically, without damage to
generator system components.
9. Start Time: Comply with NFPA 110, Type 10, system requirements.
E. Loads and steps:
1. Generator manufacturer shall provide a detailed sizing analysis to the Engineer for
approval. Detailed sizing analysis shall clearly identify assumptions made for loads being
started/operated by the generator. When conducting the generator sizing analysis the
voltage drop of the generator shall be set at a maximum of 15%. The generator
manufacturer and Contractor shall be responsible for obtaining all information to run
the generator sizing analysis. Any changes to the generator size shall be brought to the
Engineer's attention. Sizing analysis shall be submitted to the Engineer with the
generator's initial submittal. Ambient Temperature: Minus 15 to plus 50 deg C.
2. Step 1
a. Panel HP-1
b. HVAC-1 and HVAC-2
c. Panel LP-1
3. Step 2
a. (3) Supply Fans
b. (12) Unit Heaters
4. Each of the following loads shall be started on separate steps in any order:
a. (3) 200HP VFD driven pump and motor.
2.03 ENGINE
A. Comply with NFPA 37
B. Fuel: Fuel oil, Grade DF-2.
C. Rated Engine Speed: 1800 rpm.
D. Lubrication System: Pressurized by a positive displacement pump driven from engine
crankshaft. The following items are mounted on engine or skid:
1. Filter and Strainer: Rated to remove 90 percent of particles 5 micrometers and smaller
while passing full flow.
Low Voltage Engine Generators 2632 13 - 9
LUB23203 — West Lubbock Water System Expansion
2. Thermostatic Control Valve: Controls flow in system to maintain optimum oil
temperature. Unit is capable of full flow and is designed to be fail-safe.
3. Crankcase Drain: Arranged for complete gravity drainage to an easily removable
container with no disassembly and without use of pumps or siphons or special tools or
appliances.
E. Engine Fuel System: Comply with NFPA 37. System includes the following:
1. Main Fuel Pump: Mounted on engine. Pump ensures adequate primary fuel flow under
starting and load conditions.
2. Relief/Bypass Valve: Automatically regulates pressure in fuel line and returns excess
fuel to source.
F. Muffler/Silencer: Critical type, sized as recommended by engine manufacturer and selected
with exhaust piping system to not exceed engine manufacturer's engine backpressure
requirements and comply with the sound level specified for sound attenuation enclosure.
G. Air -Intake Filter: Standard -duty, engine -mounted air cleaner with replaceable dry -filter
element and "blocked filter" indicator.
H. Coolant Jacket Heater: Electric -immersion type, factory installed in coolant jacket system.
Comply with NFPA 110 requirements for Level 1 equipment for heater capacity.
2.04 ENGINE COOLING SYSTEM
A. Description: Closed loop, liquid cooled, with radiator factory mounted on engine
generator -set skid and integral engine -driven coolant pump.
B. Radiator: Rated for specific coolant.
C. Size of Radiator: Adequate to contain expansion of total system coolant from cold start to
110 percent load condition.
D. Coolant: Solution of 50 percent ethylene -glycol -based antifreeze and 50 percent distilled
water, with anticorrosion additives as recommended by engine manufacturer.
E. Expansion Tank: Constructed of welded steel plate and rated to withstand maximum
closed -loop coolant system pressure for engine use. Equip with gage glass and petcock.
F. Temperature Control: Self-contained, thermostatic -control valve modulates coolant flow
automatically to maintain optimum constant coolant temperature as recommended by
engine manufacturer.
G. Coolant Hose: Flexible assembly with inside surface of nonporous rubber and outer
covering of aging-, ultraviolet-, and abrasion -resistant fabric.
1. Rating: 50-psig (345-kPa) maximum working pressure with 180 deg F (82 deg C) coolant,
and non -collapsible under vacuum.
2. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment
connections.
3. The generator shall be rated for continuous standby duty with a temperature rise of 125
deg C.
Low Voltage Engine Generators 2632 13 - 10
LUB23203 — West Lubbock Water System Expansion
2.05 GOVERNOR
A. The engine governor shall be an electronic Engine Control Module (ECM) with 24-volt DC
Electric Actuator. The ECM shall be enclosed in an environmentally sealed, die-cast
aluminum housing which isolates and protects electronic components from moisture and
dirt contamination. Speed droop shall be adjustable from 0 (isochronous) to 10%, from no
load to full rated load. Steady state frequency regulation shall be +/- 0.25%. Speed shall be
sensed by a magnetic pickup off the engine flywheel ring gear. A provision for remote speed
adjustment shall be included. The ECM shall adjust fuel delivery according to exhaust
smoke, altitude, and cold mode limits. In the event of a DC power loss, the forward acting
actuator will move to the minimum fuel position.
2.06 FUEL SUB -BASE STORAGE TANK
A. The generator sub -base tank shall be listed and labeled as UL2085 special purpose,
secondary containment generator base tank. The tank capacity shall be rated for 24 hour
continuous operation at full load.
B. The primary tank shall be fabricated from minimum 3/16" steel. The tank shall be designed,
tested, and labeled per UL requirements to support a generator weight as required and lift
lugs shall be approved by UL with a 4 to 1 safety factor. The primary fuel tank and
secondary tank shall be tested at 3-5 PSI air pressure as outlined in UL 2085.
C. The tank shall incorporate internal stiffeners to create a smooth tank top surface and limit
the accumulation of water on top of the tank. No external support beams shall be
permitted on top of the tank to maintain a clear walkway around the generator.
D. The outer tank shall be abrasive blasted per SSPC-SP10 (White metal blast), then painted
with one coat of a high build polyester glass flake to a minimum of 12-15 mils (DFT)
thickness, and a finish coat of aliphatic polyurethane with a minimum of 3 mils (DFT). The
manufacturer shall provide a 20 year external corrosion warranty.
E. The tank shall be clearly labeled indicating the type of product, the volume capacity, the top
loading capacity, and the manufacturer.
F. Updraft and emergency venting systems shall be provided by tank manufacturer per UL 142
requirements. The primary vent shall be extended through the roof of the enclosure.
G. The tank is intended for stationary installation and in accordance with NFPA 30 and NFPA
37. Comply with all federal, state and local codes.
H. The following accessories shall be installed in the tank:
1. Leak sensor switch installed in interstitial space and wired to generator control panel.
2. Low level alarm switch wired to generator control panel.
3. Spill containment fill, 7.5 gallon capacity, affixed to the top of the tank. Provide a
handle pull drain to allow spilled fuel to return to the tank.
4. Mechanical fill limiter, Morrison 9095A or equal, with tight fill adapter, installed inside
spill containment fill area.
5. Mechanical level gauge.
6. Engine supply pick-up tube and return connections with suction drop tube.
Low Voltage Engine Generators 2632 13 - 11
LUB23203 — West Lubbock Water System Expansion
7. Electrical stub -up, rectangular type, located directly beneath the generator terminal box
and beneath the generator control panel.
8. High level alarm at tank fill with audible and visual alarms at 90% and 95% capacity.
9. Tank level transmitter with 4-20mA output signal for continuous fuel tank level monitor
to SCADA.
2.07 ENGINE EXHAUST SYSTEM
A. Muffler: Sized as recommended by engine manufacturer. Silencer(s) shall comply with the
package sound attenuation level specified in Outdoor Generator Set Enclosure herein.
B. Connection from Exhaust Pipe to Muffler: Stainless -steel expansion joint with liners.
C. Generator mufflers shall be mounted inside the enclosure to reduce noise pollution. The
manufacturer shall provide isolate vibration for the muffler in the enclosure and shall
reduce heat build-up inside the enclosure and provide quality support.
2.08 STARTING SYSTEM
A. Description: 24V electric, dual starters, with negative ground and including the following
items:
1. Components: Sized so they will not be damaged during a full engine -cranking cycle with
ambient temperature at maximum specified in "Environmental Conditions" paragraph in
"Service Conditions" article above.
2. Cranking Motor: Heavy duty unit that automatically engages and releases from engine
flywheel without binding.
3. Cranking Cycle: As required by NFPA 110 for system level specified.
4. Battery: Adequate capacity within ambient temperature range specified in
"Environmental Conditions" Paragraph in "Service Conditions" Article above to provide
specified cranking cycle at least three times without recharging. Battery size shall be BCI
Group No. 8D minimum, and shall be rated not less than 220 amp hours. Necessary
cables and clamps shall be provided. Engines equipped with dual starting motors shall
have dual battery banks.
5. Battery Cable: Size as recommended by generator set manufacturer for cable length
indicated. Include required interconnecting conductors and connection accessories.
6. Battery -Charging Alternator: Factory mounted on engine with solid-state voltage
regulation and 45A minimum continuous rating.
7. Battery Charger: Current -limiting, automatic -equalizing and float -charging type. Unit
complies with UL 1236 and includes the following features:
Operation: Equalizing -charging rate of 20A is initiated automatically after battery
has lost charge until an adjustable equalizing voltage is achieved at battery
terminals. Unit then automatically switches to a lower float -charging mode and
continues operating in that mode until battery is discharged again.
Low Voltage Engine Generators 2632 13 - 12
LUB23203 — West Lubbock Water System Expansion
b. Automatic Temperature Compensation: Adjusts float and equalizes voltages for
variations in ambient temperature from minus 40 deg C to plus 60 deg C to prevent
overcharging at high temperatures and undercharging at low temperatures.
c. Automatic Voltage Regulation: Maintains output voltage constant regardless of
input voltage variations up to plus or minus 10 percent.
d. Ammeter and Voltmeter: Flush mounted in door. Meters indicate charging rates.
e. Safety Functions: Include sensing of abnormally low battery voltage arranged to
close contacts providing low battery voltage indication on control and monitoring
panel. Also include sensing of high battery voltage and loss of ac input or do output
of battery charger. Either condition closes contacts that provide a battery -charger
malfunction indication at system control and monitoring panel.
f. Enclosure and Mounting: NEMA 250, Type 3R, wall -mounted cabinet.
g. Charger shall operate on 120V.
2.09 CONTROL AND MONITORING
A. Provide a fully solid-state, microprocessor based, generator set control. The control panel
shall be designed and built by the engine manufacturer. The control shall provide all
operating, monitoring, and control functions for the generator set. The control panel shall
provide real time digital communications to all engine and regulator controls via SAE J1939.
B. Environmental: The generator set control shall be tested and certified to the following
environmental conditions:
1. —40°C to +70°C Operating Range
2. 95% humidity non -condensing, 300C to 600C
3. IP22 protection
4. 5% salt spray, 48 hours, +38°C, 36.8V system voltage
5. Sinusoidal vibration 4.3G's RMS, 24-1000Hz
6. Electromagnetic Capability (89/336/EEC, 91/368/EEC, 93/44/EEC, 93/68/EEC, BS EN
50081-2, 50082-2)
7. Shock: withstand 15G
C. Functional Requirements: The following functionality shall be integral to the control panel:
1. The control shall include a minimum 64 x 240 pixel, 28mm x 100mm, white backlight
graphical display with text based alarm/event descriptions
2. The control shall include a minimum of 3-line data display
3. Audible horn for alarm and shutdown with horn silence switch
4. Standard ISO labeling
5. Multiple language capability
6. Remote start/stop control
7. Local run/off/auto control integral to system microprocessor
Low Voltage Engine Generators 2632 13 - 13
LUB23203 — West Lubbock Water System Expansion
8. Cooldown timer
9. Speed adjust
10. Lamp test
11. Push button emergency stop button
12. Voltage adjust
13. Voltage regulator V/Hz slope - adjustable
14. Password protected system programming
D. Digital Monitoring Capability: The controls shall provide the following digital readouts for
the engine and generator. All readings shall be indicated in either metric or English units:
1. Engine
a. Engine oil pressure
b. Engine oil temperature
c. Engine coolant temperature
d. Engine RPM
e. Battery volts
f. Engine hours
g. Engine crank attempt counter
h. Engine successful start counter
i. Service maintenance interval
j. Real time clock
2. Generator
a. Generator AC volts (Line to Line, Line to Neutral and Average)
b. Generator AC current (Avg and Per Phase)
c. Generator AC Frequency
d. Generator kW (Total and Per Phase)
e. Generator kVA (Total and Per Phase)
f. Generator WAR (Total and Per Phase)
g. Power Factor (Avg and Per Phase)
h. Total kW-hr
i. Total kVAR-hr
j. % kW
k. % kVA
I. % WAR
Low Voltage Engine Generators 2632 13 - 14
LUB23203 — West Lubbock Water System Expansion
3. Voltage Regulation
a. Excitation voltage
b. Excitation current
E. Alarms and Shutdowns: The control shall monitor and provide alarm indication and
subsequent shutdown for the following conditions. All alarms and shutdowns are
accompanied by a time, date, and engine hour stamp that are stored by the control panel
for first and last occurrence:
1. Engine Alarm/Shutdown
a. Low oil pressure alarm/shutdown
b. High coolant temperature alarm/shutdown
c. Loss of coolant shutdown
d. Overspeed shutdown
e. Overcrank shutdown
f. Emergency stop depressed shutdown
g. Low coolant temperature alarm
h. Low battery voltage alarm
i. High battery voltage alarm
j. Control switch not in auto position alarm
k. Battery charger failure alarm
2. Generator Alarm/Shutdown
a. Generator over voltage
b. Generator under voltage
c. Generator over frequency
d. Generator under frequency
e. Generator reverse power
f. Generator overcurrent
3. Voltage Regulator Alarm/Shutdown
a. Loss of excitation alarm/shutdown
b. Instantaneous over excitation alarm/shutdown
c. Time over excitation alarm/shutdown
d. Rotating diode failure
e. Loss of sensing
f. Loss of PMG
Low Voltage Engine Generators 2632 13 - 15
LUB23203 — West Lubbock Water System Expansion
F. Inputs and Outputs
1. Digital Inputs: The Controller shall include the ability to accept six (6) to eighteen (18)
programmable digital input signals. The signals may be programmed for either high or
low activation using programmable Normally Open or Normally Closed contacts.
2. Digital Outputs: The control shall include the ability to operate six (6) programmable
relay output signals, integral to the controller. The output relays shall be rated for 2A
@ 30VDC and consist of six (6) Form A (Normally Open) contacts and two (10) Form C
(Normally Open & Normally Closed) contacts.
3. Discrete Outputs: The control shall include the ability to operate two (2) discrete
outputs, integral to the controller, which are capable of sinking up to 300mA.
G. Maintenance: All engine, voltage regulator, control panel and accessory units shall be
accessible through a single electronic service tool. The following maintenance functionality
shall be integral to the generator set control
1. Engine running hours display
2. Service maintenance interval (running hours or calendar days)
3. Engine crank attempt counter
4. Engine successful starts counter
5. 20 events are stored in control panel memory
H. Remote Communications
1. The control shall include Modbus TCP/IP Ethernet communication. The remote
communications shall also be capable of communicating Modbus TCP/IP Ethernet.
2. Remote Monitoring Software: The control shall provide Monitoring Software with the
following functionality:
a. Provide access to all date and events on generator set communications network
b. Provide remote control capability for the generator set
c. Ability to natively communicate using Modbus TCP/IP Ethernet.
3. Remote Indication: Provide a remote indication to SCADA.
a. Provide the following individual digital outputs for the following indications for
protection and diagnostics
1). Overcrank
2). Low coolant temperature
3). High coolant temperature warning
4). High coolant temperature shutdown
5). Low oil pressure warning
6). Low oil pressure shutdown
7). Overspeed
8). Low coolant level
Low Voltage Engine Generators 2632 13 - 16
LUB23203 — West Lubbock Water System Expansion
9). EPS supplying load
10).Control switch not in auto
11). High battery voltage
12). Low battery voltage
13). Battery charger AC failure
14). Emergency stop
15). Low Fuel Level
16). Fuel Leak
17).Spare
18).Spare
b. The following additional metering shall be provided via Modbus TCP/IP via Ethernet
for each Engine:
1). Generator kW, kVA, WAR, PF, Volts, Amps, and frequency
2). Generator AC Amperes — Phase A, Phase B and Phase C
3). Generator AC Voltage — Phase A-B, Phase B-C, Phase C-A, Phase A, Phase B and
Phase C (verify phase rotation)
4). Engine RPM Meter
5). Engine Battery Voltage Meter
6). Engine Oil Pressure Gauge
7). Engine Coolant Temperature Gauge
8). Engine Running Hour Meter
9). Engine Start Counter
10).Atmospheric Pressure
11). Boost Pressure
12).Air Filter Restriction
13). Left Turbo Inlet Pressure
14). Right Turbo Inlet Pressure
15). Engine Hour meter
16).Total Fuel Burned
17). Engine Coolant Level Status
18). Local Engine Control Switch Position
19).Overspeed Switch Status
20). Remote Emergency Stop Actuated
21). Percent Engine Load
Low Voltage Engine Generators 2632 13 - 17
LUB23203 — West Lubbock Water System Expansion
22).Oil Filter Pressure Differential
23).Fuel Filter Pressure Differential
24).Aftercoolant Temperature
25).Right Exhaust Temperature
26). Left Exhaust Temperature
27).Crankcase Air Pressure
28). Filtered Fuel Pressure
29).Right Air Filter Restriction
30). Left Air Filter Restriction
31).Fuel Consumption Rate
32).Engine Oil Temperature.
2.10 GENERATOR OVERCURRENT AND FAULT PROTECTION
A. Generator Circuit Breaker:
1. Molded -case, thermal -magnetic type; 100 percent rated for breakers below 800A;
complying with NEMA AB 1 and UL 489.
2. Main devices and feeder devices 800 amps and above shall be individually mounted
circuit breakers (100% rated)
3. Breakers shall have solid-state adjustable trip settings with Long time, Short time,
Instantaneous and Ground settings (LSIG)
4. All circuit protective devices shall have the following minimum symmetrical current
interrupting capacity: 65kA.
5. Series rated feeder devices shall not be acceptable.
6. Breakers shall have trip indication of Overload, Short Circuit, and Ground Fault trip.
B. All breakers shall be capable of being locked in the OFF position.
C. Tripping Characteristic: Designed specifically for generator protection.
D. Trip Rating: Matched to generator rating.
E. Shunt Trip: Connected to trip breaker when generator set is shut down by other protective
devices.
F. Mounting: Adjacent to or integrated with control and monitoring panel
2.11 GENERATOR, EXCITER, AND VOLTAGE REGULATOR
A. Comply with NEMA MG 1.
B. Drive: Generator shaft shall be directly connected to engine shaft. Exciter shall be rotated
integrally with generator rotor.
C. Electrical Insulation: Class H. Temperature rise of rotor and stator shall be limited to a
maximum 125 degree C in 40 degree C ambient.
Low Voltage Engine Generators 2632 13 - 18
LUB23203 — West Lubbock Water System Expansion
D. Stator -Winding Leads: Brought out to terminal box to permit future reconnection for other
voltages if required.
E. Construction shall prevent mechanical, electrical, and thermal damage due to vibration,
overspeed up to 125 percent of rating, and heat during operation at 110 percent of rated
capacity.
F. Enclosure: Drip proof.
G. Voltage Regulator: Solid-state type, separate from exciter, providing performance as
specified.
1. Adjusting rheostat on control and monitoring panel shall provide plus or minus 5
percent adjustment of output -voltage operating band.
H. Strip Heater: Thermostatically controlled unit arranged to maintain stator windings above
dew point.
2.12 OUTDOOR GENERATOR -SET ENCLOSURE
A. Provide a walk-in type weatherproof sound attenuated enclosure. Enclosure shall be
constructed of pre -painted white formed aluminum panels. The enclosure shall be sized to
adequately house the generator set and all accessories. Enclosure shall be designed for a
minimum wind load rating of 100 mph (160 km/h). Provide wind load calculations and
certification from an independent licensed professional engineer at time of submittal.
Multiple panels are lockable and provide adequate access to components requiring
maintenance. Panels are removable by one person without tools. Instruments and control
are mounted within enclosure. All hinges, door locks, door handles, etc. shall be stainless
steel.
B. Enclosure: Sound attenuation enclosure rated for 70dB @ 23'.
The manufacturer shall be responsible for visiting the site prior to bid to determine the
exact field conditions and exact property line distance from the generators. The
manufacturer shall have 3rd Party testing performed in the field on the equipment after
installation to confirm values are met. If it does not meet the most stringent
requirements herein, it is the manufacturer's responsibility to make any changes
necessary to meet the values specified at no additional cost to the Owner.
C. Description: Vandal -resistant, sound attenuating, weatherproof aluminum housing, wind
resistant up to 100 mph. Multiple panels shall be lockable and provide adequate access to
components requiring maintenance. Panels shall be removable by one person without
tools. Instruments and control shall be mounted within enclosure.
D. Description: Prefabricated or pre-engineered walk-in factory assembled enclosure with the
following features:
1. Construction: Aluminum, metal -clad, integral structural -aluminum -framed building
erected on concrete foundation.
2. Space Heater: Thermostatically controlled and sized to prevent condensation.
3. Louvers: Equipped with bird screen arranged to permit air circulation when engine is
not running while excluding exterior dust, birds, and rodents.
Low Voltage Engine Generators 2632 13 - 19
LUB23203 — West Lubbock Water System Expansion
4. Hinged Doors: With padlocking provisions or keyed latches.
5. Ventilation: Louvers equipped with bird screen arranged to permit air circulation while
excluding exterior, birds, and rodents.
6. Muffler Location: Generator mufflers shall be mounted inside the enclosure to reduce
noise pollution. The manufacturer shall provide isolate vibration for the muffler in the
enclosure and shall reduce heat build-up inside the enclosure and provide quality
support.
7. Walls shall be constructed of marine grade 0.080 minimum formed aluminum panels.
Roof shall be constructed of marine grade mill finish 0.125 minimum thickness formed
aluminum panels using an interlocking standing seam design capable of supporting 75
pounds per square foot. All external attaching hardware shall be stainless steel screw
type mechanical fasteners. Enclosure shall be equipped with 4 point lifting means to
remove the enclosure from the tank.
8. Provide a minimum of two entrance doors on each side. Doors shall be strategically
located to provide easy access and serviceability. One door shall be located directly in
front of the generator terminal box. Another door shall be located directly in front of
the generator control panel. Door handles shall be two -point pad lockable type. All
hardware shall be stainless steel. Provide drip rails above each door opening. Provide
intrusion detection on each door. Intrusion detection shall be accomplished via
Hermetically sealed brushed anodized aluminum housing, Rhodium plated switch
contacts, industrial wide gap magnetic contacts, UL listed, surface mount, 3' stainless
steel armored cable, Sentrol 2500 series. Provide with one normally open and one
normally closed set of contact. The intrusion switches shall be wired in series such that if
any doors is opened, an alarm signal is sent to SCADA. Provide a 24VDC power supply in
a NEMA 4X 304 stainless steel enclosure next to the door contacts.
9. Intake air shall enter the enclosure through an acoustic baffle section or hood located in
the rear wall of the enclosure and shall include aluminum bird screen. Air intake shall
be 1250 feet per minute of less to minimize water intrusion. The radiator discharge air
shall pass through a horizontal discharge plenum section, which incorporates a
motorized damper and aluminum bird screen. The air handling system shall be
engineered and constructed so as not to exceed a total of 0.50 inches of water gauge
static pressure drop with minimal water intrusion.
10. Engine Cooling Airflow through Enclosure: Adequate to maintain temperature rise of
system components within required limits when unit operates at 110 percent of rated
load for two hours with ambient temperature at top of range specified in system service
conditions.
11. The manufacturer shall provide a minimum of two (2) duplex receptacles in the
enclosure.
12. The manufacturer shall provide a minimum of four (4) LED light fixtures that shall be
switched. The switch for the light fixture shall be located near each main door for the
generator unit. The light fixture shall be located such that the light illuminates the
control panel in the generator. The light fixture shall be Holophane catalog number
EMX-L48-6000LM-FGFL-MD-MVOLT-GZ10-40K-80CR1-DGXD, no equals. The
Low Voltage Engine Generators 2632 13 - 20
LUB23203 — West Lubbock Water System Expansion
manufacturer shall be responsible for all controls and wiring as required for a complete
and operational system.
13. The manufacturer shall provide a minimum of two (2) LED light fixtures, one exterior
light mounted in the center of the main exit door on each side of the generator
enclosure. The exterior lights shall be controlled via a photocell and the controls shall be
equipped with an On/Off/Auto selector switch to allow for manual or automatic
operation of the exterior lights. The light fixture shall be Lithonia Lighting catalog
number DSXW1-LED-10C-700-30K-T3M-MVOLT-DNAXD, no equals. The manufacturer
shall be responsible for all controls and wiring as required for a complete and
operational system.
14. Turn duct: Supply discharge air turn duct to direct sound and air upward. Provide sound
dampening material on the turn duct to reduce noise.
15. GROUNDING MEANS: Provide two NEMA 2-hole stainless steel ground pads located
near the base of the generator mounted 180° apart. Ground pads shall be stainless
steel and suitable for terminating #4/0 ground conductor.
E. Engine Cooling Airflow through Enclosure: Maintain temperature rise of system
components within required limits when unit operates at with ambient temperature at top
of range specified in system service conditions.
2.13 SERVICE PLATFORMS
A. Description: An OSHA approved service platform shall be provided on each side of the
enclosure. Platform shall be designed so that all doors can open approximately 180 degrees
and the platform shall extend the full length of the generator enclosure with access stairs on
each end of each platform. Construction shall consist of A-36 structural frame members,
stairs on one end, and hand rails. Walk area shall have surface grating, with safety treads,
shall consist of 1" x 1/8" aluminum bar grating, which shall be fastened to the frame with
316 stainless steel clips and bolts.
B. Finish: Platform surfaces shall be cleaned, primed, and painted with two coats of epoxy and
two coats of polane polyurethane.
C. Platforms shall ship for field assembly. The configuration shall be as shown on the contract
plans. Platforms shall be anchored to the foundation with %" adhesive anchors with a
minimum of 4 %" embedment.
D. Service platform design must be sealed by a licensed professional engineer in the state of
Texas.
2.14 VIBRATION ISOLATION DEVICES
1. Supply vibration isolators as recommended by the manufacturer.
2.15 FINISHES
A. Indoor Enclosures and Components: Manufacturer's standard finish over corrosion -
resistant pretreatment and compatible primer.
Low Voltage Engine Generators 2632 13 - 21
LUB23203 — West Lubbock Water System Expansion
B. Outdoor Enclosure and Fuel Tank: Manufacturer's standard enamel over corrosion -resistant
pretreatment and compatible standard primer. Color: Coordinate with the Owner.
Manufacturer shall supply paint chips for color selection.
2.16 FUEL MAINTENANCE SYSTEM
A. Each fuel storage tank shall include two stage fuel maintenance system that will remove dirt
and water. The maintenance system shall be plumbed into the tank per the manufacturer's
recommendations.
B. The separator shall remove 99.9% of the water in the fuel line and 95% of the solids.
C. The stabilizer shall decontaminate and stabilize the fuel without the use of chemical
additives.
D. The system shall operate on 120V, 1 phase, 60Hz, 20A circuit breaker.
E. Programmable controller:
1. The controller shall be a UL 508 listed assembly.
2. Provide dry contact for general alarms.
F. Enclosure: NEMA 4X 304 stainless steel.
G. The system shall be capable of treating the maximum amount of fuel that the entire sub-
base tank fuel system is capable of being filled with. Acceptable manufacturer is Fuel
Technologies International LLC product number FTI-2.8.
H. The fuel tank shall be provided with all the necessary and required pipe and fittings for
installation and proper operation of the system
2.17 SOURCE QUALITY CONTROL
A. Prototype Testing: Factory test engine -generator set using same engine model, constructed
of identical or equivalent components and equipped with identical or equivalent
accessories.
1. Tests: Comply with NFPA 110, Level 1 Energy Converters and with IEEE 115.
B. Project -Specific Equipment Tests: Before shipment, factory test engine -generator set and
other system components and accessories manufactured specifically for this Project.
Perform tests at rated load and power factor. Include the following tests:
1. Test components and accessories furnished with installed unit that are not identical to
those on tested prototype to demonstrate compatibility and reliability.
2. 4 Hour full load
3. Maximum power.
4. Voltage regulation.
5. Transient and steady-state governing.
6. Single-step load pickup.
7. Safety shutdown.
Low Voltage Engine Generators 2632 13 - 22
LUB23203 — West Lubbock Water System Expansion
8. Provide 14 days' advance notice of tests and opportunity for observation of tests by
Owner's representative.
9. Report factory test results within 10 days of completion of test.
2.18 DISTRIBUTION
A. Provide a 30kVA 480VAC 3-phase to 208Y/120VAC three phase, 4 wire transformer, and
associated panelboard inside each generator enclosure for distributing power to generator
block heater, battery charger, lights, receptacles, and any other devices requiring
208Y/120V power. Panelboard shall be minimum 30 pole with 60-amp main breaker, in a
NEMA 4X 304 stainless steel enclosure, have bolt -on breakers with a minimum 65,000 AIC
rating and tin-plated copper bus. Panelboards shall comply with Specification Section 26 24
16 "Panelboards" and shall be manufactured by Square D, Eaton, ABB/General Electric or
Siemens.
B. Generator manufacturer shall be responsible for providing panelboard, Surge Protection
Device (SPD), circuit breakers and all associated cabling and conduits to devices requiring
power in the generator and the generator enclosure. Cabling shall be per Specification 26
05 19 "Low Voltage Electrical Power Conductors and Cables", and conduit shall be per
Specification 26 05 33 "Raceways and Boxes for Electrical Systems".
C. The Manufacturer shall provide the minimum number and ampacity of circuit breakers as
follows:
1. One 20A/1P Circuit Breaker for Interior Lights
2. One 20A/1P Circuit Breaker for Exterior Lights
3. One 20A/1P Circuit Breaker for Receptacles
4. One 20A/1P Circuit Breaker for Battery Charger
5. One 20A/1P Circuit Breaker for Generator Control Panel
6. One 20A/1P Circuit Breaker for Fuel Maintenance System
7. One Circuit Breaker sized as required for each block heater.
3.00 EXECUTION
3.01 EXAMINATION
A. Examine areas, equipment bases, and conditions, with Installer present, for compliance with
requirements for installation and other conditions affecting packaged engine -generator
performance.
B. Examine roughing -in of piping systems and electrical connections. Verify actual locations of
connections before packaged engine -generator installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.02 CONCRETE BASES
A. Coordinate sizes and locations of concrete bases. Verify structural requirements with
structural engineer.
Low Voltage Engine Generators 2632 13 - 23
LUB23203 — West Lubbock Water System Expansion
B. Install concrete bases of dimensions indicated for packaged engine generators
3.03 INSTALLATION
A. Comply with packaged engine -generator manufacturers' written installation and alignment
instructions and with NFPA 110.
B. Set packaged engine generator set on concrete pads.
1. Support generator set mounting feet on rectangular metal blocks and shims or on metal
wedges having small taper, at points near foundation bolts to provide 3/4- to 1-1/2-inch
gap between pump base and foundation for grouting.
2. Adjust metal supports or wedges until generator is level.
C. Install packaged engine generator to provide access, without removing connections or
accessories, for periodic maintenance.
D. Electrical Wiring: Install electrical devices furnished by equipment manufacturers but not
specified to be factory mounted.
1. Verify that electrical wiring is installed according to manufacturers' submittal and
installation requirements in Division 26 Sections. Proceed with equipment startup only
after wiring installation is satisfactory.
E. The contractor shall provide all fuel for testing of the generator. The contractor shall be
responsible for providing a full tank of fuel upon completion of this project.
3.04 CONNECTIONS
A. Ground Equipment
1. Tighten electrical connectors and terminals according to manufacturer's published
torque -tightening values. If manufacturer's torque values are not indicated, use those
specified in UL 486A and UL 486B
3.05 FIELD QUALITY CONTROL
A. Manufacturer's representative shall be available to advise and assist the installation of the
generators by the Construction Contractor.
B. Furnish the services of a competent manufacturer's service representative who shall be
experienced in the assembly and wiring of the generator units of similar size and character.
He shall direct the installation of the equipment and shall assist and advise with the
electricians or other workmen who are performing the actual work of installing the
generator units. He also shall assist in the adjustment and testing of the equipment.
C. Startup procedures, testing and troubleshooting of the generator shall be performed under
the supervision of the manufacturer's representative. Energization of the generators shall
not be permitted without the manufacturer's representative permission
D. Time spent on the job by the service representative shall be adequate for performing all
functions described herein.
E. All costs (travel expenses, testing equipment, etc.) required for testing start-up, and training
shall be the responsibility of the equipment manufacturer/Contractor
Low Voltage Engine Generators 2632 13 - 24
LUB23203 — West Lubbock Water System Expansion
Manufacturer's Field Service: Engage a factory -authorized service representative to inspect
field -assembled components and equipment installation, including piping and electrical
connections, and to assist in testing. Report results in writing. Provide on site field service
for start-up.
G. Testing: Perform field quality -control testing under the supervision of the manufacturer's
factory -authorized service representative.
H. Tests: Include the following:
1. Tests recommended by manufacturer, including under load tests. The engine
distributor shall furnish all equipment and personnel required for testing, including load
banks, transformer, and cable.
2. NFPA 110 Acceptance Tests: Perform tests required by NFPA 110 that are additional to
those specified here including, but not limited to, the following:
a. Single-step full -load pickup test.
b. 4-hour reactive load bank test.
3. Battery Tests: Measure charging voltage and voltages between available battery
terminals for full -charging and float -charging conditions. Check electrolyte level and
specific gravity under both conditions. Test for contact integrity of all connectors.
Perform an integrity load test and a capacity load test for the battery. Verify acceptance
of charge for each element of battery after discharge. Verify measurements are within
manufacturer's specifications.
4. Battery -Charger Tests: Verify specified rates of charge for both equalizing and
float -charging conditions.
5. System Integrity Tests: Methodically verify proper installation, connection, and integrity
of each element of engine generator system before and during system operation. Check
for air, exhaust, and fluid leaks.
6. Voltage and Frequency Transient Stability Tests: Use recording oscilloscope to measure
voltage and frequency transients for 50 and 100 percent step -load increases and
decreases, and verify that performance is as specified.
7. Perform a reactive load bank test of each generator set at full load and 0.80 power
factor for 4 hours at full load. Record system data at 15 minute intervals as
recommended by the engine manufacturer.
8. Perform a system load bank test with the generator connected to the 480V Switchboard
and operating at full load for 4 hours at 0.80 power factor.
9. Harmonic -Content Tests: Measure harmonic content of output voltage under 25
percent and at 100 percent of rated linear load. Verify that harmonic content is within
10. Perform a load test with actual designed connected loads at the site with the generator
connected to the 480V Switchboard and operating at designed load for 4 hours at 0.80
power factor.
11. The Contractor shall provide fuel for the testing and any subsequent re -testing of the
generator and shall top off the fuel tank upon final completion.
12. Noise Level Testing
Low Voltage Engine Generators 2632 13 - 25
LUB23203 — West Lubbock Water System Expansion
a. The manufacturer shall have 3rd Party testing performed in the field on the
equipment after installation to confirm the generator noise level does not exceed
the specified noise restrictions when operating at full generator capacity. If it does
not meet the specified levels it is the manufacturer's responsibility to make any
changes necessary to meet the values specified.
b. The decibel level of the generator shall be measured while operating the generator
at full rated capacity. The decibel level shall be measured from a minimum of 5
points spanned across the perimeter of the generator 10 meters from the generator
enclosure. Refer to the site plan in the contract documents for the site layout.
c. Testing shall be conducted as a minimum under the following operating conditions:
1). Without the generator running to document ambient noise levels
2). With the generator running at full capacity
d. The Testing Report shall clearly indicate:
1). The weather conditions of when the tests were conducted this includes but is
not limited to the weather conditions: temperature, wind direction/speed,
barometric pressure, etc.
2). The location of where each measuring point was taken indicated on a site
plan/layout.
e. The Contractor shall provide fuel, a load bank for the testing and any subsequent re-
testing of the generator and shall top off the fuel tank upon final completion.
I. Retest: Correct deficiencies identified by tests and observations and retest until specified
requirements are met.
J. Report results of tests and inspections in writing. Record adjustable relay settings and
measured insulation resistances, time delays, and other values and observations. Attach a
label or tag to each tested component indicating satisfactory completion of tests.
K. All Generator Testing Report(s) shall be submitted to Engineer for approval no later than
two weeks after testing has been conducted.
L. Test instruments shall have been calibrated within the last 12 months, traceable to
standards of the National Institute for Standards and Technology, and adequate for making
positive observation of test results. Make calibration records available for examination on
request.
M. Contractor shall fill fuel tank with manufacturers recommended fuel when all tests have
been completed.
3.06 COMMISSIONING
A. Battery Equalization: Equalize charging of battery cells according to manufacturer's written
instructions. Record individual cell voltages.
3.07 CLEANING
Low Voltage Engine Generators 2632 13 - 26
LUB23203 — West Lubbock Water System Expansion
A. On completion of installation, inspect system components. Remove paint splatters and
other spots, dirt, and debris. Repair damaged finish to match original finish. Clean
components internally using methods and materials recommended by manufacturer.
3.08 TRAINING
A. All costs (travel expenses, testing equipment, etc.) required for testing start-up, and training
shall be the responsibility of the equipment manufacturer/Contractor.
B. Training shall include theory of operation, application and trouble shooting. A training
outline and manual of training course material shall be provided to the Owner two weeks in
advance of the course. Each eight hour training session shall be broken up into two
segments each of 4-hours with a 15 minute break every two hours. Lunch break will be one
hour. Training session shall be conducted by Generator manufacturer personnel. Training
session shall be scheduled and coordinated with the Owner.
C. Instruct the operating and maintenance personnel in principle of operating of all major
devices and the care and maintenance of components included in the generator units, for a
period of not less than one (1) eight (8) hour day. The one -day training shall take place at
the Owner's main office in Richardson, Texas. Coordinate with Owner for exact
requirements and dates for training.
D. Engage a factory -authorized service representative to train Owner's maintenance personnel
to adjust, operate, and maintain packaged engine generators as specified below:
1. Coordinate this training with the 480V Switchboard training.
2. Train Owner's maintenance personnel on procedures and schedules for starting and
stopping, troubleshooting, servicing, and maintaining equipment.
3. Review data in maintenance manuals. Review data in maintenance manuals.
4. Schedule training with Owner, with at least seven days advance notice.
5. Minimum Instruction Period: Eight hours.
6. Training shall not take place until construction is complete and generator online and
fully operational.
E. When requested within the equipment warranty period, provide an additional training
session from that indicated above for the Owner's Representative at the jobsite or other
office location chosen by the Owner. Each eight hour training session shall be broken up
into two segments each of 4-hours with a 15 minute break every two hours. Lunch break
will be one hour. Training sessions shall be scheduled and coordinated with the Owner.
F. All costs (travel expenses, testing equipment, etc.) required for the start-up, testing and
training shall be the responsibility of the equipment manufacturer.
3.09 SERVICE CONTRACT
A. The Manufacturer shall provide an extended service agreement for two (2) years including
all parts, labor, maintenance, testing, etc.
END OF SECTION
Low Voltage Engine Generators 2632 13 - 27
LUB23203 — West Lubbock Water System Expansion
26 36 00 LOW VOLTAGE AUTOMATIC TRANSFER SWITCHES
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to install a transfer switch.
Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for
Electrical."
B. Furnish and install delayed transition transfer switches (ADUS) with number of poles,
amperage, voltage and withstand current ratings as shown on the plans. Each ADUS shall
consist of a power transfer switch unit and a control panel interconnected to provide
complete automatic operation. All transfer switches shall be the product of the same
manufacturer.
B. The ADUS shall transfer the load in delayed transition (break -before -make) mode. Transfer is
accomplished with a user -defined load disconnect period in both directions adjustable from
1 second to 5 minutes in at least 15 increments.
C. Furnish an enclosure for the ADUS that is suitable for service entry. It shall provide all of the
proper disconnecting, protection, grounding and bonding required for service entrance
equipment.
1.02 QUALITY ASSURANCE
A. Work shall be performed in accordance with quality commercial practices. The appearance
of the 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 requiring an exact fit shall be measured.
B. Obtain automatic transfer switch, remote annunciator and control panels through one
source from a single manufacturer. Acceptable manufacturers shall be:
1. ASCO Power Technologies (Schneider Electric).
2. GE Zenith Controls.
3. Russelectric, Inc.
4. Cummins ATS
5. No approved equal.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00, "Document Management" and shall
include:
1. Shop Drawings:
a. Data sheet clearly indicating what features are being provided for each switch.
b. Complete bill of materials with cut sheets on all major equipment (transfer switch
and the controller) clearly identifying exact model numbers of each component.
c. Complete rating
Low Voltage Automatic Transfer Switches 26 36 00 - 1
LUB23203 — West Lubbock Water System Expansion
d. Device description
e. List of all project specific controller and relay settings as to what each will be set to
initially in the field and which clearly indicates what options are applicable to the
project. Providing a generic list of factory default settings will not be acceptable.
f. Warranty Information
g. Spare Parts List
h. Drawings shall show:
1). Overall outline dimensions, section and details showing minimum clearances,
conductor entry provisions, gutter space, etc.
2). Overall weight of each unit
3). Conduit entry and exit points clearly showing dimensions of conduit entry and
exit points.
4). Cable Terminal sizes
5). Provide a drawing of the inner front view elevation with designation of
equipment and devices on doors, and clearly indicating the maximum mounting
height of devices on doors.
6). Show vertical clearance/distance between lugs/terminating pads and
bottom/top of equipment on elevation drawings.
7). Terminal strip layout showing customer field connections. The terminal strip
layout shall also include a label next to each connection indicating signal
description.
8). Project Specific Wiring Diagram: Detail wiring diagram and differentiate
between manufacturer -installed and field -installed customer wiring. Show both
power and control wiring. Show terminal strip information identifying all
customer field terminations. Provide project specific wiring diagrams. Generic
wiring diagrams are not acceptable.
2. Letter of Compatibility: The ATS supplier in conjunction with the Generator supplier
shall issue a letter of compatibility stating that the ATS and Generator are compatible.
3. Field Quality -Control Test Reports.
4. Operation and Maintenance Data: For each type of product to include:
a. Features and operating sequences, both automatic and manual.
b. List of all project specific setting of relays listing how each setting was set from the
manufacturer after testing; provide relay -setting and calibration instructions,
including software where applicable. Providing a list of factory default settings that
do not reflect changes made during construction and testing will not be acceptable.
B. Product Data: For each type of product indicated. Include rated capacities, weights,
operating characteristics, furnished specialties, and accessories.
Low Voltage Automatic Transfer Switches 26 36 00 - 2
LUB23203 — West Lubbock Water System Expansion
1.04 STANDARDS
The service entrance delayed transition transfer switches and controls shall conform to the
requirements of:
A. UL 1008 - Standard for Transfer Switch Equipment
B. IEC 947-6-1 Low -voltage Switchgear and Control gear; Multifunction equipment; Automatic
Transfer Switching Equipment
C. NFPA 70 - National Electrical Code
D. NFPA 99 - Essential Electrical Systems for Health Care Facilities
E. NFPA 110 - Emergency and Standby Power Systems
F. IEEE Standard 446 - IEEE Recommended Practice for Emergency and Standby Power Systems
for Commercial and Industrial Applications
G. NEMA Standard ICS10-1993 (formerly ICS2-447) - AC Automatic Transfer Switches
H. UL 508 Industrial Control Equipment
I. International Standards Organization ISO 9001:2008
J. UL 891 According to this UL standard the equipment shall be labeled: "Suitable for use only
as service equipment."
1.05 DELIVERY AND STORAGE
A. The manufacturer shall be responsible for delivery of the equipment, and accessories, f.o.b.
to the job site or to such storage site as may be designated by the Owner or the Contractor,
in good condition and undamaged.
B. Unloading and storage of the equipment shall be the responsibility of the Contractor who
shall inspect the equipment the equipment for apparent damage. Equipment which is found
to be damaged will not be accepted until properly repaired or replaced by the equipment
manufacturer.
C. Handling and shipment of the equipment shall be in such a manner to prevent internal
component damage, breakage, and denting and scoring of the enclosure finish.
D. Equipment must be delivered and stored in accordance with the manufacturer's
recommendation at all times in a licensed and bonded warehouse. Equipment shall be
stored indoors in a clean, dry, climate -controlled heated and air-conditioned environment
that is free from dust, No Exceptions. Store equipment indoors in a dry space with uniform
temperature to prevent condensation. Protect equipment from exposure to dirt, fumes,
water, corrosive substances and physical damage.
E. Equipment that does not have space heaters shall have temporary space heaters placed in it
and energized to eliminate the build-up of condensation in the equipment. The contactor
will provide temporary wiring and power to the space heaters for the equipment.
F. Deliver in sections or lengths that can be moved past obstructions in delivery path.
Low Voltage Automatic Transfer Switches 26 36 00 - 3
LUB23203 — West Lubbock Water System Expansion
2.00 PRODUCTS
2.01 MECHANICALLY HELD TRANSFER SWITCH
A. Transfer switch shall combine all functions of an automatic transfer switch. The switch shall
be service entrance rated, four -pole, rated for 1600 amps at 480Y/277V, as shown on plans
and be able to withstand and close into a fault current of 65,000 RMS symmetrical amps
without any damage or contact welding according to UL-1008.
B. All bussing including ground bus ground shall tin-plated copper.
C. The ADUS shall be UL listed in accordance with UL 1008 and be labeled in accordance with
.025 and .050 second time -based ratings, or appropriate short time rating(s) as applicable.
ADUSs which are not tested and labeled with .025 and .050 time -based ratings, or
appropriate short time ratings and have series, or specific breaker ratings, are not
acceptable.
D. The transfer switch shall be suitable for pad -mounting. Enclosure shall be NEMA 1 steel for
indoor use.
E. The transfer switch unit shall be electrically operated and mechanically held. The electrical
operators shall be a solenoid mechanism, momentarily energized. The transfer switch unit
shall include both electrical and mechanical interlocks to prevent both sets of main contacts
from being closed at the same time. Main operators which include overcurrent disconnect
devices OR do not include electrical and mechanical interlocks will not be accepted.
F. All transfer switch sizes shall use only one type of main operator for ease of maintenance
and commonality of parts.
G. The switch shall be positively locked and unaffected by momentary outages, so that contact
pressure is maintained at a constant value and contact temperature rise is minimized for
maximum reliability and operating life.
H. All main contacts shall be silver composition. Switches rated 800 amperes and above shall
have segmented, blow -on construction for high withstand and close -on capability and be
protected by separate arcing contacts.
I. Inspection of all contacts shall be possible from the front of the switch without disassembly
of operating linkages and without disconnection of power conductors. Switches rated 800
amps and higher shall have front removable and replaceable contacts. All stationary and
moveable contacts shall be replaceable without removing power conductors and/or bus
bars.
J. Designs utilizing components of molded -case circuit breakers, contactors, or parts thereof,
which are not intended for continuous duty, repetitive switching or transfer between two
active power sources, are not acceptable.
K. The transfer switch shall be equipped with a safe manual operator designed to prevent
injury to operating personnel. The manual operator shall provide the same contact -to -
contact transfer speed as the electrical operator to prevent a flashover from switching the
main contacts slowly. Main contacts shall be capable of carrying the rated current of the
switch continuously and shall be capable of opening at the switch's rated current.
Low Voltage Automatic Transfer Switches 26 36 00 - 4
LUB23203 — West Lubbock Water System Expansion
L. A test switch shall be included to simulate the Source 1 power failure, and pilot lights shall
be mounted on the cabinet door to indicate the switch position. Two auxiliary contacts
rated 25 amps, 120 volts, shall be mounted on the main shaft; one closed on Source 1, the
other closed on Source 2. In addition, one set of relay contacts shall be provided to open
upon loss of the Source 1 power supply. Relays, timer control wiring and accessories shall
be front accessible. Control wire terminations shall be identified by tubular sleeve -type
markers.
M. Heater: Equip switches exposed to outdoor temperatures and humidity with an internal
heater. Provide thermostat within enclosure to control heater. Power to heater shall be
derived from internal control transformers.
N. Neutral Connection: Where four -pole switches are indicated, provide neutral pole switched
simultaneously with phase poles. Solid and fully rated, unless otherwise indicated.
O. The transfer switch shall be supplied with mechanical lugs on the normal, emergency and
load bus stabs, with adequate wire bending space for cable quantity as show on plans.
2.02 MICROPROCESSOR CONTROLLER
A. The controller's sensing and logic shall be provided by a single built-in microprocessor for
maximum reliability, minimum maintenance, and the ability to communicate serially
through an optional serial communication module.
B. A single controller shall provide twelve selectable nominal voltages for maximum
application flexibility and minimal spare part requirements. Voltage sensing shall be true
RMS type and shall be accurate to ± 1% of nominal voltage. Frequency sensing shall be
accurate to ± 0.2%. The panel shall be capable of operating over a temperature range of -20
to +60 degrees C and storage from -55 to +85 degrees C.
C. The controller shall be connected to the transfer switch by an interconnecting wiring
harness. The harness shall include a keyed disconnect plug to enable the controller to be
disconnected from the transfer switch for routine maintenance. Sensing and control logic
shall be provided on multi -layer printed circuit boards. Interfacing relays shall be industrial
grade plug-in type with dust covers. The panel shall be enclosed with a protective cover and
be mounted separately from the transfer switch unit for safety and ease of maintenance.
The protective cover shall include a built-in pocket for storage of the operator's manuals.
D. All customer connections shall be wired to a common terminal block to simplify field -wiring
connections.
E. The controller shall meet or exceed the requirements for Electromagnetic Compatibility
(EMC) as follows:
EN 55011:1991 Emission standard - Group 1, Class A
EN 50082-2:1995 Generic immunity standard, from which:
EN 61000-4-2:1995 Electrostatic discharge (ESD) immunity
ENV 50140:1993 Radiated Electro-Magnetic field immunity
EN 61000-4-4:1995 Electrical fast transient (EFT) immunity
EN 61000-4-5:1995 Surge transient immunity
Low Voltage Automatic Transfer Switches 26 36 00 - 5
LUB23203 — West Lubbock Water System Expansion
EN 61000-4-6:1996 Conducted Radio -Frequency field immunity
IEEE472 (ANSI C37.90A) Ring Wave Test
2.03 ENCLOSURE
The ADUS shall be furnished in a NEMA 1 enclosure, suitable for top entry/top exit for
all feeders, unless noted otherwise on the plans. Input and output sections of the
transfer switch shall be suitable for terminating the number and size of conductors
indicated below. See plans for additional information.
Cable requirements with phase and ground
conductors
Utility Incoming
5 sets each
Section
(4- 500kcmil, 4"C.)
Generator
5 sets each
Incoming Section
(4 — 350kcmil, 3"C.)
B. The Service Entrance ADUS 600 amperes and above, shall be furnished in a multi -section
switchboard as follows: a service equipment section containing the service (utility source)
disconnect circuit breaker, grounding, and bonding provisions; plus, a second non -service
section containing the power transfer switch and controls.
C. All standard and optional door -mounted switches and pilot lights shall be LED push -to -test
30-mm industrial grade type or equivalent for easy viewing & replacement. Door controls
shall be provided on a separate removable plate, which can be supplied loose for open type
units.
D. A pressure disconnect link shall be provided to disconnect the normal source neutral
connection from the emergency and load neutral connections for 4-mm wire applications. A
ground bus shall be provided for connection of the grounding conductor to the grounding
electrode. A pressure disconnect link for the neutral to ground bonding jumper shall be
provided to connect the normal neutral connection to the ground bus.
E. DIMENSIONS: Transfer switch shall not exceed a foot print of 40"W x 52"D x 92"H and shall
not require rear or side access. Equipment requiring special access or more space shall be
addressed with the contractor prior to bidding the project. The contractor shall be
responsible to make all the necessary adjustments to the equipment rack and the site to
accommodate the changes at no additional cost to the Owner.
F. Refer to one -line diagram for quantity and size of cable and conduits entering enclosure.
2.04 DISCONNECTING AND OVERCURRENT PROTECTION DEVICE
A. For those service entrance delayed transition transfer switches rated 1000 to 4000 amps,
the normal connection shall be provided with a 2/3 pole, stationary mounted circuit breaker
with current ratings as shown on the plans. The circuit breaker shall be provided with
instantaneous and ground fault trip settings. The circuit breaker shall trip open when the
ground fault setting is exceeded.
Low Voltage Automatic Transfer Switches 26 36 00 - 6
LUB23203 — West Lubbock Water System Expansion
B. All circuit breakers larger than 800A shall be 100% rated, and shall have solid-state
adjustable trip settings with Long time, Short time, Instantaneous and Ground settings
(LSIG).
2.05 OPERATIONS
A. Controller Display and Keypad
1. A four line, 20 character LCD display and keypad shall be an integral part of the
controller for viewing all available data and setting desired operational parameters.
Operational parameters shall also be available for viewing and limited control through
the serial communications input port. The following parameters shall only be adjustable
via DIP switches on the controller:
a. Nominal line voltage and frequency
b. Single or three phase sensing
c. Operating parameter protection
d. Transfer operating mode configuration (Delayed transition)
All instructions and controller settings shall be easily accessible, readable and
accomplished without the use of codes, calculations, or instruction manuals.
B. Voltage, Frequency and Phase Rotation Sensing
1. Voltage and frequency on both the normal and emergency sources (as noted below)
shall be continuously monitored, with the following pickup, dropout and trip setting
capabilities (values shown as % of nominal unless otherwise specified):
Parameter Sources Dropout / Trip Pickup / Reset
Undervoltage N&E,30 70 to 98% 85 to 100%
Overvoltage N&E,30 102 to 115% 2% below trip
Underfrequency N&E 85 to 98% 90 to 100%
Overfrequency N&E 102 to 110% 2% below trip
Voltage unbalance N&E 5 to 20% 1% below dropout
2. Repetitive accuracy of all settings shall be within ± 0.5% over an operating temperature
range of -200C to 60°C.
3. Voltage and frequency settings shall be field adjustable in 1% increments either locally
with the display and keypad or remotely via serial communications port access.
4. The controller shall be capable (when activated by the keypad or through the serial
port) of sensing the phase rotation of both the normal and emergency sources. The
source shall be considered unacceptable if the phase rotation is not the preferred
rotation selected (ABC or CBA).
Low Voltage Automatic Transfer Switches 26 36 00 - 7
LUB23203 — West Lubbock Water System Expansion
5. Source status screens shall be provided for normal and emergency to provide digital
readout of voltage on all three phases, frequency, and phase rotation.
6. The controller shall include a user selectable algorithm to prevent repeated transfer
cycling to a source on an installation which experiences primary side, single phase
failures on a Grounded Wye — Grounded Wye transformer which regenerates voltage
when unloaded. The algorithm shall also inhibit retransfer to the normal (utility) source
upon detection of a single phasing condition until a dedicated timer expires, the
alternate source fails, or the normal source fails completely and is restored during this
time delay period. The time delays associated with this feature shall be adjustable by
the user through the controller keypad and LCD.
C. Time Delays
1. An adjustable time delay of 0 to 6 seconds shall be provided to override momentary
normal source outages and delay all transfer and engine starting signals. Capability shall
be provided to extend this time delay to 60 minutes by providing an external 24 VDC
power supply.
2. A time delay shall be provided on transfer to emergency, adjustable from 0 to 60
minutes, for controlled timing of transfer of loads to emergency.
3. An adjustable time delay of 0 to 6 seconds to override momentary emergency source
outage to delay all retransfer signals during initial loading of engine generator set.
4. Two time delay modes (which are independently adjustable) shall be provided on re -
transfer to normal. One time delay shall be for actual normal power failures and the
other for the test mode function. The time delays shall be adjustable from 0 to 60
minutes. Time delay shall be automatically bypassed if the emergency source fails and
the normal source is acceptable.
5. A time delay shall be provided on shutdown of engine generator for cool down,
adjustable from 0 to 60 minutes.
6. A time delay activated output signal shall also be provided to drive an external relay(s)
for selective load disconnect control. The controller shall have the ability to activate an
adjustable 0 to 5 minute time delay in any of the following modes:
a. Prior to transfer only
b. Prior to and after transfer
c. Normal to emergency only
d. Emergency to normal only
e. Normal to emergency and emergency to normal
f. All transfer conditions or only when both sources are available
7. The controller shall also include the following built-in time delay for Delayed Transition
operation:
a. 0 to 5-minute time delay for the load disconnect position for delayed transition
operation.
Low Voltage Automatic Transfer Switches 26 36 00 - 8
LUB23203 — West Lubbock Water System Expansion
8. All time delays shall be adjustable in 1 second increments, except the extended parallel
time, which shall be adjustable in .01 second increments.
9. All time delays shall be adjustable by using the LCD display and keypad or with a remote
device connected to the serial communications port. The time delay value displayed on
the LCD or remote device shall be the remaining time until the next event occurs.
2.06 ADDITIONAL FEATURES
A. Three position momentary -type test switch shall be provided for the test / automatic / reset
modes. The test position will simulate a normal source failure. The reset position shall
bypass the time delays on either transfer to emergency or retransfer to normal. Switches
which require utilizing the keypad and display function or have no manual time delay bypass
means are not acceptable.
B. A SPDT contact, rated 5 amps at 30 VDC, shall be provided for a low -voltage engine start
signal. The start signal shall prevent dry cranking of the engine by requiring the generator
set to reach proper output, and run for the duration of the cool down setting, regardless of
whether the normal source restores before the load is transferred.
C. Auxiliary contacts, rated 10 amps, 250 VAC shall be provided consisting of one contact,
closed when the DUS is connected to the normal source and one contact closed, when the
DUS is connected to the emergency source.
D. LED indicating lights (30 mm industrial grade, type 12) shall be provided; one to indicate
when the DUS is connected to the normal source (green) and one to indicate when the DUS
is connected to the emergency source (red).
E. LED indicating lights (30 mm industrial grade, type 12) shall be provided and energized by
controller outputs. The lights shall provide true source availability of the normal and
emergency sources, as determined by the voltage sensing trip and reset settings for each
source.
F. Provide the ability to select "commit/no commit to transfer" to determine whether the load
should be transferred to the emergency generator if the normal source restores before the
generator is ready to accept the load.
G. Terminals shall be provided for a remote contact which opens to signal the DUS to transfer
to emergency and for remote contacts which open to inhibit transfer to emergency and/or
retransfer to normal. Both of these inhibit signals can be activated through the keypad or
serial port.
H. The controller shall be capable of accepting a normally open contact that will allow the
transfer switch to function in a non -automatic mode using an external control device.
I. Engine Exerciser -The controller shall provide an internal engine exerciser. The engine
exerciser shall allow the user to program up to seven different exercise routines. For each
routine, the user shall be able to:
1. Enable or disable the routine.
2. Enable or disable transfer of the load during routine.
3. Set the start time:
- time of day
Low Voltage Automatic Transfer Switches 26 36 00 - 9
LUB23203 — West Lubbock Water System Expansion
- day of week
- week of month (1st, 2nd, 3rd, 4th, alternate or every)
4. Set the duration of the run.
At the end of the specified duration the switch shall transfer the load back to normal and
run the generator for the specified cool down period. A 10-year life battery that supplies
power to the real time clock in the event of a power loss will maintain all time and date
information.
J. System Status -The controller LCD display shall include a "System Status" screen which shall
be readily accessible from any point in the menu by depressing the "ESU key a maximum of
two times. This screen shall display a clear description of the active operating sequence and
switch position. For example,
Normal Failed
Load on Normal
TD Normal to Emerg
2min15s
Controllers that require multiple screens to determine system status or display "coded"
system status messages, which must be explained by references in the operator's manual, are
not permissible.
K. Self Diagnostics - The controller shall contain a diagnostic screen for the purpose of
detecting system errors. This screen shall provide information on the status input signals to
the controller which may be preventing load transfer commands from being completed.
L. Data Logging —The controller shall have the ability to log data and to maintain the last 99
events, even in the event of total power loss. The following events shall be time and date
stamped and maintained in a non-volatile memory:
1. Event Logging
a. Date and time and reason for transfer normal to emergency.
b. Date and time and reason for transfer emergency to normal.
c. Date and time and reason for engine start.
d. Date and time engine stopped.
e. Date and time emergency source available.
f. Date and time emergency source not available.
2. Statistical Data
a. Total number of transfers.
b. Total number of transfers due to source failure.
c. Total number of days controller is energized.
d. Total number of hours both normal and emergency sources are available.
M. Communications Module — Shall provide remote interface module to support monitoring of
transfer switch, controller and optional power meter. Module shall provide status, analog
Low Voltage Automatic Transfer Switches 26 36 00 - 10
LUB23203 — West Lubbock Water System Expansion
parameters, event logs, equipment settings & configurations over embedded webpage and
open protocol. Features shall include:
1. Email notifications and SNMP traps of selectable events and alarms may be sent to a
mobile device or PC.
2. Modbus TCP/IP, SNMP, HTTP, SMTP open protocols shall be simultaneously supported.
3. Web app interface requiring user credentials to monitor and control the transfer switch
supporting modern smart phones, tablets and PC browsers. User will be able to view
the dynamic one -line; ATS controls status, alarms, metering, event logging as well as
settings.
4. Secure access shall be provided by requiring credentials for a minimum of 3 user
privilege levels to the web app, monitor (view only), control (view and control) and
administrator (view, control and change settings). 128-Bit AES encryption standard shall
be supported for all means of connectivity.
5. Shall allow for the initiating of transfers, retransfers, bypassing of active timers and the
activating/deactivating of engine start signal shall be available over the embedded
webpage and to the transfer switch vendor's monitoring equipment.
6. An event log displaying a minimum of ninety-nine (99) events shall be viewable and
printable from the embedded webpages and accessible from supported open protocols.
7. Four (4) 100 Mbps Ethernet copper RJ-45 ports, five (5) serial ports, Termination dip -
switches and LEDs for diagnostics.
8. DIN rail mountable.
N. Auxiliary contacts to indicate the following:
1. Utility Power Mode
2. Generator Power Mode
3. ATS Common Failure
3.00 EXECUTION
3.01 INSTALLATION
A. Make electrical connections to specified equipment. Install equipment in accordance with
the Manufacturer's recommendations and the plans. If neither is available, install the
equipment using recognized practices of the electrical industry.
1. Mounting: Each switch shall be pad mounted.
2. Set field adjustable intervals, delays, and relays.
B. Time spent on the job by the service person shall be adequate for performing the above
functions but shall in no case be less than that tabulated below:
Field start-up/testing, days: 2 - (8-hour days which does not include travel time)
Training days: 1 - (8-hour days which does not include travel time)
Low Voltage Automatic Transfer Switches 26 36 00 - 11
LUB23203 — West Lubbock Water System Expansion
C. Field start-up/testing shall include programming of the protective relay settings based on
short circuit and relay coordination study provided by others.
D. Training shall include theory of operation, application and troubleshooting. A training
outline and manual of training course material shall be provided to the Owner two weeks in
advance of the course. Training shall be for four members of the Owner's staff. Eight -hour
training sessions shall be broken into two segments each of 4-hours with a 15-minute break
every two hours. Lunch break shall be one hour. Training session shall be coordinated and
scheduled with Owner.
E. Training shall not take place until equipment is online and fully operational.
When requested within the equipment warranty period, provide an additional training
session from that indicated above for the Owner's Representative at the jobsite or other
office location chosen by the Owner. Each eight -hour training session shall be broken up
into two segments each of 4-hours with a 15 minute break every two hours. Lunch break
will be one hour. Training sessions shall be scheduled and coordinated with the Owner.
G. All costs (travel expenses, testing equipment, etc.) required for the start-up, testing and
training shall be the responsibility of the equipment manufacturer
3.02 CONNECTIONS
A. Wiring to Remote Components: Match type and number of cables and conductors to
control and communication requirements of transfer switches as recommended by
manufacturer. Increase raceway sizes at no additional cost to the Owner if necessary to
accommodate required wiring.
3.03 FIELD QUALITY CONTROL
A. Upon completion of the installation, perform continuity tests and functional checkout to
assure the proper operation of equipment.
B. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect,
test and adjust components, assemblies, and equipment installations, including connections.
Report results in writing.
C. Perform tests and inspections and prepare test reports.
1. After installing equipment and after electric circuitry has been energized, test for
compliance with requirements.
2. Perform each visual and mechanical inspection and electrical test stated in NETA
Acceptance Testing Specification. Comply with test parameters.
3. Measure insulation resistance phase -to phase and phase -to -ground with insulation -
resistance tester. Include external annunciation and control circuits. Use test voltages
and procedure recommended by manufacturer. Comply with manufacturer's specified
minimum resistance.
a. Check for electrical continuity of circuits and for short circuits.
b. Inspect for physical damage, proper installation and connection, and integrity of
barriers, covers and safety features.
Low Voltage Automatic Transfer Switches 26 36 00 - 12
LUB23203 — West Lubbock Water System Expansion
c. Verify manual transfer warnings are properly placed.
d. Perform manual transfer operation.
4. After energizing circuits, demonstrate interlocking sequence and operational function
for each switch at least three times.
Low Voltage Automatic Transfer Switches 26 36 00 - 13
LUB23203 — West Lubbock Water System Expansion
SUBMITTAL DATA SHEET FOR
26 36 00, LOW VOLTAGE AUTOMATIC TRANSFER SWITCHES
Submit the following data with Bid Proposal and with Shop Drawing submittal:
Item No.
Description
LOW VOLTAGE ATS "PS17-ATS"
1
Manufacturer:
Total Equipment Dimensions for
2
Automatic Transfer Switch (inches):
W x D x H
Length x Width x Height
Total Weight for Automatic Transfer
3
Switch (lbs.):
Total Heat Loss for Automatic
4
Transfer Switch (kW):
END OF SECTION
Low Voltage Automatic Transfer Switches 26 36 00 - 14
LUB23203 — West Lubbock Water System Expansion
THIS PAGE INTENTIONALLY LEFT BLANK
Low Voltage Automatic Transfer Switches 26 36 00 - 15
LUB23203 — West Lubbock Water System Expansion
Appendix A
Electrical Pre -Purchase
Drawings
�7
z
a
w
W
N Y
w
Z)
I�
2W
--TS EACH v I 15UUKW
480Y/277V
500kcmil, 3PH,4W
Emil G., 4"C.)
/400AT
D
PS17-VFD3' �
L
) 500A/400AT
P 3
LSO
E m
o
LO o
N
fn M
U
3P5 A �l 3P5 A 70 r�/ 3P A 70 r�l 3P A 60 A r�/ 3P
F- -] "PS17-XFMR1"
LL
75kVA
480V-208Y/120V
L - � 3PH, 4W
'F-b� 100 A
�3P
70 A
'F-b� 100 A
�3P
70 A
Fb� 60 A
�3P
L
,UN
1 (F�
M VFD VFD RUN
R
PTT /
fOP
Ii
M VFD
ILS-4
I
�I❑
'UMP
OL VALVE
ILS-5
I
'UMP
OL VALVE
MAI NT.
)YMODE
II
H __]❑
1 VALVE
ETM
VFD STOP
G
PTT
m7oTORSPAC..E HEATER
VALVE CLOSED
G
PTT
CR8
VALVE OPEN
R
PTT
CR9
VALVE MAINT. MODE
R
PTT
CVLS-1
OV LS-2
CVLS-3
CVLS-4
OV LS-5
VIBRATION
WARNING OCR2
3
VIBRATION
SWITCHES
TR
VIBRATION
SHUTDOWN OCR2
■
VIBRATION
SWITCHES
TR
NOTES:
2. �
sv
EVIB
VIB
L—
Appendix A
Electrical Pre -Purchase
Drawings
�7
z
a
w
W
N Y
w
Z)
I�
2W
--TS EACH v I 15UUKW
480Y/277V
500kcmil, 3PH,4W
Emil G., 4"C.)
/400AT
D
PS17-VFD3' �
L
) 500A/400AT
P 3
LSO
E m
o
LO o
N
fn M
U
3P5 A �l 3P5 A 70 r�/ 3P A 70 r�l 3P A 60 A r�/ 3P
F- -] "PS17-XFMR1"
LL
75kVA
480V-208Y/120V
L - � 3PH, 4W
'F-b� 100 A
�3P
70 A
'F-b� 100 A
�3P
70 A
Fb� 60 A
�3P
L
,UN
1 (F�
M VFD VFD RUN
R
PTT /
fOP
Ii
M VFD
ILS-4
I
�I❑
'UMP
OL VALVE
ILS-5
I
'UMP
OL VALVE
MAI NT.
)YMODE
II
H __]❑
1 VALVE
ETM
VFD STOP
G
PTT
m7oTORSPAC..E HEATER
VALVE CLOSED
G
PTT
CR8
VALVE OPEN
R
PTT
CR9
VALVE MAINT. MODE
R
PTT
CVLS-1
OV LS-2
CVLS-3
CVLS-4
OV LS-5
VIBRATION
WARNING OCR2
3
VIBRATION
SWITCHES
TR
VIBRATION
SHUTDOWN OCR2
■
VIBRATION
SWITCHES
TR
NOTES:
2. �
sv
EVIB
VIB
L—
Page Intentionally Left Blank