Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
WA9302A-CN 960109
' ~~f~-T ~C~5 I 'CITY OF ~COPPELL, TEXAS VILLAGE PARKWAY PUMP STATION " ADDITION '.. PROJECT NO. WA-9302 ~ ~' BID NO. Q1195-02 ~ ~ The City With A BeaUtiful Future .' ~EPA -- CITY OF COPPELL, TEXAS VILLAGE PARKWAY PUMP STATION ADDITION -- PROJECT NO. WA-9302 BID NO. Ql195-02 _ CHANGE ORDER NO. 6 (Revised). A. INTENT OF CHANGE ORDER . -- The intent of this change order is to modify the provisions of the contract entered into by the City of Coppell, Texas and North Texas Municipal Construction, Inc., 5614 Dyer Street, Dallas, Texas 75206, for construction of the Village Parkway Pump Station Addition, dated January 9, 1996. B. DESCRIPTION OF CHANGE 1. The City of Coppell hereby agrees to a request by North Texas Municipal Construction Co., of contract ' time extension of 110 calendar days. 2. Pay Items Nos. 4, 5 and 6 are not required to complete this project and are eliminated by this Change - Order. 3. North Texas Municipal Construction Co., hereby agrees to a reduction in the total contract amount of -- $2,275. 4. North Texas Municipal Construction Co., hereby agrees to a reduction in the SCADA Change Order _ (Change Order No. 2), in the lump sum amount of $2,500 based on the agreed rate of $500 per day from 10/1/97 through final acceptance of the SCADA System on October 5, 1997. _ C. EFFECT OF CHANGE ON CONTRACT AMOUNT This change will have the following affect on the final contract amount: _ Original Revised Change Revised Item Contract Contract Order Contract No. Description Units Quantity Quantity Unit Price Amount - 4 Extra Class "A" Reinforced Concrete C.Y. 25 0 $350.00 ($8,750.00) 5 Extra Class "C" Concrete Backfill C.Y. 25 0 300.00 ($7,500.00) - 6 Extra Crushed Stone C.Y. 25 0 35.00 ($875.00) 30 Contract Amount Adjustment L.S. 0 1 ($2,275.00) ($2,275.00) ._ 31 SCADA System Contract Adjustment L.S. 0 1 ($2,500.00) ($2,500.00) I Total Amount of Change I ($21,900.00) J:\CoppellX94156~SpeesM20-6.doc Page 1 of 2 City of Coppell Village Park~vay Pump Station Addiuons Change Order No. 6 _ Original Contract Amount $933,000.00 Amount, Change Order No. 1 (5,000.00) Amount, Change Order No. 2 152,739.00 Amount, Change Order No. 3 18,415.00 Amount, Change Order No. 4 2,991.00 Amount, Change Order No. 5 8,552.00 .. Amount, Change Order No. 6 (21,900.00) Revised Contract Amount $1,088,797.00 -- D. EFFECT OF CHANGE ON CONTRACT TIME The changes identified above will add 110 calendar days to the revised contract time. ' Original Contract Time: 300 Calendar Days Calendar Days, Change Order No. 1 0 Calendar Days Calendar Days, Change Order No. 2 60 Calendar Days ' Calendar Days, Change Order No. 3 0 Calendar Days Calendar Days, Change Order No. 4 30 Calendar Days Calendar Days, Change Order No. 5 30 Calendar Days - Calendar Days, Change Order No. 6 110 Calendar Days Revised Contract Time 530 Calendar Days E. /kC;a~f.a~I By the signatures below of duly authorized agents, the City of Coppell, Texas and North Texas Municipal Construction Company, Inc., do hereby agree to append this Change Order No. 6 to the original contract between themselves, dated January 9, 1996. City of oppe!l, Texas North Texas Municipal Construction Company, Inc. ~~~ On r c OF J:\CoppelB94156\CO-6.do~ Page 2 of 2 CITY OF COPPELL, TEXAS VILLAGE PARKWAY PUMP STATION ADDITION PROJECT NO. WA-9302 -- BID NO. Ql195-02 CHANGE ORDER NO. 5 A. INTENT OF CHANGE ORDER The intent of this change order is to modify the provisions of the contract entered into by the City of Coppell, - Texas and North Texas Municipal Construction, Inc., 5614 Dyer Street, Dallas, Texas 75206, for construction of the Village Parkway Pump Station Addition, dated January 9, 1996. - B. DESCRIPTION OF CHANOE The City of Coppell has requested the following additions or modifications to the SCADA System. The _ attached proposal from Team Controls more specifically describes the proposed equipment. a) Adding two (2) pressure point nodes at Coppeil Road and Moore Road, utilizing existing telephone lines and existing equipment where possible. b) Adding an auto-switch over from the new level transmitter to the existing level transmitters at the Sandy Lake Road and DeForest Lift Stations. The selection of the level transmitters can be made in .- the field or the SCADA program. c) Adding the Dallas Water Utilities inflow to the new SCADA system by re-installing the existing _. modem connection to the Sandy Lake Road Pump Station and re-establishing the signal to the existing DWU flow indicator and chart recorder at the Village Parkway Pump Station. This work is to be performed on an hourly basis with a not to exceed amount as indicated in Section C of this change order. C. EFFECT OF CHANGE ON CONTRACT AMOUNT _ This change will have the following affect on the final contract amount: Original Revised Change Revised Item Contract Contract Order Contract No. Description Units Quantity Quantity Unit Price Amount 27 Monitoring Pressure Points at Coppell Road L.S. 0 1 $6,412.00 $6,412.00 _ and Moore Road using dedicated phone lines and modem communication. 28 Sandy Lake Road & DeForest Road Lift i L.S. 0 1 1,260.00 1,260.00 -- Stations level transmitter auto switch 29 Adding the Dallas Water Utilities inflow to FIr. 0 16 55.00 880' the new SCADA system by re-installing the - existing modem connection to the Sandy Lake Road Pump Station and re-establishing the signal to the existing DWU flow _ indicator and chart recorder at the Village Parkway Pump Station Total Amount of Change $8,552 ~:~c,n~ ~j Page 1 of 2 City of Coppell Village Parkway Pump Station Additions Change Order No. 5 Original Contract Amount $933,000.00 Amount, Change Order No. 1 (5,000.00) Amount, Change Order No. 2 152,739.00 Amount, Change Order No. 3 18,415.00 Amount, Change Order No. 4 2,991.00 Amount, Change Order No. 5 8,552 Revised Contract Amount $1,110,697.00 -- D. EFFECT OF CHANGE ON CONTRACT TIME The changes identified above has no effect on the revised contract time. ' Original Contract Time: 300 Calendar Days Calendar Days, Change Order No. 1 0 Calendar Days Calendar Days, Change Order No. 2 60 Calendar Days ' Calendar Days, Change Order No. 3 0 Calendar Days Calendar Days, Change Order No. 4 30 Calendar Days Calendar Days, Change Order No. 5 30 Calendar Days Revised Contract Time 420 Calendar Days By the signatures below of duly authorized agents, the City of Coppell, Texas and North Texas Municipal Construction Company, Inc., do hereby agr. ee to append this Change Order No. 5 to the original contract between themselves, dated January 9, 1996. City of Coppe!l, Texas North Texas Municipal Construction Company, Inc. wner on ctor Attest: Attest: s:~con~wo41s6xco-s.,~ Page 2 of 2 CITY OF COPPELL, TEXAS VILLAGE PARKWAY PUMP STATION ADDITION PROJECT NO. WA-9302 BID NO. Ql195-02 CHANGE ORDER NO. 4 (REVISED} A. INTENT OF CHANGE ORDER _ The intent of this change order is to modify the provisions of the contract entered into by the City of Coppell, Texas and North Texas Municipal Construction, Inc., 5614 Dyer Street, Dallas, Texas 75206, for construction of the Village Parkway Pump Station Addition, dated January 9, 1996. B. DESCRIPTION OF CHANGE The City of Coppell desires to add the following additional items to the Village Parkway Pump Station -- Additions project. These items were not included in the original scope of contract work: a) Furnishing and Installing lighting at the control panel for the disinfection system. The attached memo - dated January 17, 1997 from MrCreary & Associates specifies the work and equipment required. b) Furnishing and installing Support System for the Cone Valves as shown on the attached Exhibit dated December 4, 1996. c) For Eliminating the staircase to the motor control center platform and modify the two access ladders to be no further than 8-inches from the edge of the platform. This work also includes the addition of a - handrail across the opening at the original ladder location. d) For furnishing and installing insulation for the exposed chemical fe~d solution, sampling and waterlines at the disinfection facility. e) For furnishing and installing power feed to the overhead door opener. _ f) For furnishing and installing 4" diameter, liquid filled pressure gauges on the discharge headers of Pumps Nos. 5 & 6. C. EFFECT OF CHANGE ON CONTRACT AMOUNT This change will have the following affect on the final contract amount: _ ~ Original Revised Change Revised Item Contract Contract Order Contract No. Description Units Quantity Quantity Unit Price Amount 20 For furnishing and installing lighting at the L.S. 0 1 $472.00 $472.00 Disinfection System Control Panel I_ 21 For furnishing and installing supports for the L.S. 0 1 586.00 586.00 modified cone valve configuration -- 23 For modifying the motor control center platform L.S. 0 1 327.00 327.00 access ladders and handrail J:\Coppelt\94156XCO-4.doc Page I of 2 City of CopEell Village Parkway Pump Station Addihons Change Order No. 4 (Revised) Original Revised Change Revised Item Contract Contract Order Contract No. Description Units Quantity Quantity Unit Price Amount 24 For furnishing and installing insulation on the L.S. 0 1 883.00 883.00 exposed piping at the Disinfection Facility 25 For providing power feed to the overhead door L.S. 0 1 530.00 530.00 -- 26 For adding two pressure gauges on the pump L.S. 0 1 193.00 193.00 discharge line _ ~ Total Amount of Change $2,991.00 Original Contract Amount $933,000.00 _ Amount, Change Order No. 1 (5,000.00) Amount, Change Order No. 2 152,739.00 Amount, Change Order No. 3 18,415.00 _ Amount, Change Order No. 4 2,991.00 Revised Contract Amount $1,102,145.00 - D. EFFECT OF CHANGE ON CONTRACT TIME The changes identified above has the following effect on the revised contract time. Original Contract Time: 300 Calendar Days Calendar Days, Change Order No. 1 0 Calendar Days Calendar Days, Change Order No. 2 60 Calendar Days Calendar Days, Change Order No. 3 0 Calendar Days Calendar Days, Change Order No. 4 30 Calendar Days - Revised Contract Time 390 Calendar Days E. lkClrsYcX~ ' By the signatures below of duly authorized agents, the City of Coppell, Texas and North Texas Municipal Construction Company, Inc., do hereby agree to append this Change Order No. 4 to the original contract between themselves, dated January 9, 1996. Crib/of Coppe!l, Texas North Texas Municipal Construction Company, Inc. ..... ?') By: ' ' '/99 Date: / . . - A~est: A~est: J:\CoppellX94156\COA.doc Page 2 of 2 CITY OF COPPELL, TEXAS VILLAGE PARKWAY PUMP STATION ADDITION ~{]V ] 2 I~9~ PROJECT NO. WA-9302 _ BID NO. Ql195-02 CHANGE ORDER NO. 3 A. INTENT OF CHANGE ORDER The intent of this change order is to modify the provisions of the contract entered into by the City of Coppell, Texas and North Texas Municipal Construction, Inc., 5614 Dyer Street, Dallas, Texas 75206, for construction of the Village Parkway Pump Station Addition, dated January 9, 1996. B. DESCRIPTION OF CHANGE -- 1) The City of Coppell desires to relocate the two existing photocells to the east exterior wall of the new pump station addition and add two new outdoor security lights (Devine Wall-Pac # B308-175MH- 120V- PC1) on the north and south walls of the new pump station. These items were not included in the _ original scope of work on the Pump Station Additions project. 2) The City of Coppell desires to repaint the three existing dormers on the existing pump station to match the existing facia trim. This item was not included in the original scope of work on the Pump ' Station Additions project. 3) The City of Coppell desires to install a 4-inch concrete pad in the area between the disinfection -- facilities and the screening wall. This item was not included in the original scope of work on the Pump Station Additions project. _ 4) The City of Coppell desires to add the following items to the chlorine and ammonia disinfection facilities: · A Panic Bar on the interior of the chlorine and Ammonia doors ' · Full face respirators and molded plastic wall mounted cases (Scott AV-2000) suitable for exterior use · Eye wash & galvanized pipe shower (Haws Model No. YB-13872) These items were not included in the original scope of work on the Pump Station Additions project. _ 5) The City of Coppell desires to add insulation to the exposed exterior suction piping for each new pump. This item was not included in the original scope of work on the Pump Station Additions project. 6) Due to the addition of hand wheels on the cone valves, additional pipe fittings for each new pump are -- required in order for the hydraulic actuators to be in a vertical position. These items were not included in the original scope of work on the Pump Station Additions project. _ 7) The City of Coppell desires to add a valve back-wash system identical to the existing system installed on the cone valve controls and the existing pump station. These items were not included in the original scope of work on the Pump Station Additions project. 8) The City of Coppell desires to install a 400 lb. traffic rated manhole ring and cover over the existing butterfly valve which is now under the concrete pavement. This item was not included in the original scope of work on the Pump Station Additions project. / __ Page 1 of 3 City of Coppell ~ -.-- Village Parkway Pump Station A, .ions Change Order No. 3 -- C. EFFECT OF CHANGE ON CONTRACT AMOUNT This change will have the following affect on the final contract mount: Original Revised Change Revised Item Contract Contract Order Unit Contract No. Description Units Quantity Quantity Price Amount 12 For relocating existing photocells and L.S. 0 1 $2,468.00 $2,468.00' furnishing and installing two new outdoor security lights, complete in place 13 For painting the dormers on the existing pump L.S. 0 1 $1,675.00 $1,675.00 station roof to match the existing trim, _ complete in place 14 For installing a 4-inch concrete pad in the areaL.S. 0 1 $1,595.00 $1,595.00 between the disinfection facilities and the -- screening wail, complete in place 15 A For furnishing and installing a Panic Bar on L.S. 0 1 $1945.00 $1,945.00 the interior of the chlorine and Ammonia -- doors,' complete in place 15 B For furnishing full face respirators and molded L.S. 0 1 $3,623.00 $3,623.00 plastic wall mounted cases suitable foe ' exterior use, complete in place 15 C For furnishing and installing an eye wash & L.S. 0 1 $1,177.00 $1,177.00 shower, complete and in place 16 For furnishing and installing pipe insulation L.S. 0 1 $2,345.00 $2,345.00 around the exterior pump piping, complete in _ place 17 For furnishing and installing pipe fittings to L.S. 0 1 $1,850.00 $1,850.00 rotate the cone valves, complete in place ' 18 For furnishing and installing a back-wash L.S. 0 1 $950.00 $950.00 system to the cone valve controls for the proposed pumps, complete in place 19 For furnishing and installing a 400 lb. traffic L.S. 0 1 $787.00 $787.00 rated manhole ring and cover, complete in place Total Amount of Change $18,415.00 Original Contract Amotmt $933,000.00 ' Amount, Change Order No. 1 (5,000.00) Amount, Change Order No. 2 152,739.00 Amount, Change Order No. 3 18~415.00 Revised Contract Amount $1,099,154.00 #, Page 2 of 3 City of Coppell "' '*~ Village Parkway Pump Station At~,ations Change Order No. 3 D. EFFECT OF CHANGE ON CONTRACT TIME The changes identified above has no effect on the revised contract time. _ Original Contract Time: 300 Calendar Days Calendar Days, Change Order No. 1: 0 Calendar Days. Calendar Days, Change Order No. 2: 60 Calendar Days Calendar Days, Change Order No. 3: 0 Calendar Days Revised Contract Time: 360 Calendar Days E. AGREEMENT _ By the signatures below of duly authorized agents, the City of Coppell, Texas and North Texas Municipal Construction Company, Inc., do hereby agree to append this Change Order No. 2 to the original contract between themselves, dated January 9, 1996. City of Coppell, Texas North Texas Municipal Construction Company, Inc., By: ~ By: /~, Date: /2_/d, c,~,f, Date: II ~ Attest: Attest: Page 3 of 3 CITY OF COPPELL, TEXAS VILLAGE PARKWAY PUMP STATION ADDITION PROJECT NO. WA-9302 BID NO. Ql195-02 CHANGE ORDER NO. 2 A. INTENT OF CHANGE ORDER The intent of this change order is to modify the provisions of the contract entered into by the City of Coppell, Texas and North Texas Municipal Construction, Inc., 5614 Dyer Street, Dallas, Texas 75206, for construction of the Village Parkway Pump Station Addition, dated January 9, 1996. B. DESCRIPTION OF CHANGE 1. This change order modifies the scope of work on this project by eliminating the Supervisory Control and Data Acquisition (SCADA) system modifications as originally planed and providing for a completely new SCADA system utilizing the Motorola Moscad remote terminal units with communication via split frequency UHF 2 watt radios. The scada system shall operate on a new server computer furnished and installed at the Village Parkway Pump Station using the Wonderware graphical software package and the WIN 911/411 alarm software product. The attached letter proposal from Team Controls, Inc., dated July 11,1996, more specifically outlines the scope of work included in the new SCADA System. 2. Both parties hereby agree that the retainage for the scope of work included in the original construction ' contract shall be reduced to no more than 1/2% or eliminated altogether once all original work items are complete in accordance with the plans and specifications. The retainage for the additional SCADA work identified by this Change Order No. 2 shall remain at 5% until the work is complete and the system in full -- operation. / C. EFFECT OF CHANGE ON CONTRACT AMOUNT This change will have the following affect on the final contract amount: Original Revised Change Revised ' Item Contract Contract Order Unit Contract No. Description Units Quantity Quantity Price Amount 9 For Furnishing and Installing New SCADA L.S. 0 1 $194,208.00 $194,208.00 system, as outlined in the Letter Proposal from Team Controls, Inc. and including overhead, profit, insurance and bonds, complete in place I0 Additional electrical work at the Village L.S. 0 1 3,998.00 3,998.00 Parkway Pump Station required to complete installation of new SCADA system, including ' overhead, profit, insurance and bonds, complete in place 11 Credit for elimination of SCADA components L.S. 0 1 (45,467.00) (45,467.00) in original scope of work which is no longer required, including overhead, profit, insurance and bonds. Total Amount of Change $152,739.00 Original Contract Amount $933,000.00 ' Amount, Change Order No. 1 (5,000.00) Amount, Change Order No. 2 152,739.00 Revised Contract Amount $1,080,739.00 Page 1 of 2 D. EFFECT OF CHANGE ON CONTRACT TIME The changes identified above has will add 60 calendar days to the original contract time. Original Contract Time: 300 Calendar Days Calendar Days, Change Order No. 1: 0 Calendar Days Calendar Days, Change Order No. 2: 60 Calendar Days Revised Contract Time: 360 Calendar Days E. AGREEMENT By the signatures below of duly authorized agents, the City of Coppell, Texas and North Texas Municipal Construction Company, Inc., do hereby agree to append this Change Order No. 2 to the original contract between themselves, dated January 9, 1996. City of Coppeli, Texas North Texas Municipal Construction Company, Inc., Date: ,3 / ~; Date: Attest: · ARest: /~ ~ ~_ z Page 2 of 2 e%/~9/1994 13:17 2142412895 TEAM CONTROLS, INC. PAGE 11359 Kline Dr., Dallas, TX 75229 · 214-241-6051 · FAX 214-241-2895 _ J~l[y 11, 1996 S}tlMEK, JACOBS & FINK.LEA 8~33 DOUGLAS AVE, SUITE #820 _ dALLAS, TEXAS 75225 ~.f;ntion: Mr. John Birkhoff _ fence: City of'Coppell Scada Upgrade Project TEAM CONTROLS Letter #00711GDM1 ' 121~ar John, _ ~e are pleased to submit this revised proposal to furnish products and services to upgrade die City of CoppeWs scada system as described hereafter. SYSTEM DESCRIPTION _ Pi-oposed system shall utilize MOTOROLA MOSCAD remole terminal units and shall cbmmunicate via split frequency U~F 2 watt radios. Remote terminal units shall be sized ahd installed per the attached RTU I/O RECAP, Exhibit 'B'. A;. seada server computer shall be furnished and installed at the Village Parkway pump slation- This computer shall serve as the system primary host computer and shall be -- ~mished with a run/development WONDERWARE graphteal sonware package and the WIN 911/411 alarm software product- One (1) portable laptop computer shall be fUrnished for remote view and operation of the system. Ihe remote laptop computer shall - communicate to the primary scada server located at Village Parkway pump station via City- p,l'ovided dial-up or dedicated phone lines. Proposed computer station products are d~tailed on attached PROPOSED COMPUTER PRODUCTS, Exhibit "C'. PROPOSED SERVICES -- Pioposal if for a turn-key system including system design, license application assistance, e~uipment installation, programming, start-up, training and warranty services. All services stkall be performed by factory trained TCI persormel. Furnishing and installation of the - chemical feed valve control panel is included in this proposal, Required modifications to tl~e existing main instrument panel for pump control at Village Parkway pump station is allso included. B2/89/1994 13:17 2142412895 TEAM CONTROLS, INC. PAGE 03 · ""' ~"~1 ' T~aining shall include a total of twenty-four (24) instructor manhours and will be structured to meet the City's particular needs and desires. ' Warranty shall be for a period of one (1) year from system acceptance and include costs for repair/replacement of equipment which is found to be defective due to a manufacturing defect or improper workmanship. Damages as a result of acts of God (lightning, etc.) are ' n~t covered by this warranty. PROPOSED SCHEDULE P~'oposed schedule shall be as follows: ' ,: Complete submittals and FCC license application B weeks after receipt · of order · Stage and execute FAT at TCI facility 6 weeks after receipt of license *: Complete installation, start-up and training 9 weeks after receipt of license PKOPOSAL PRICING AND TERMS Pi'icing for the proposed system and services is $170,000 00. Invoicing shall be progressive based on agreed to milestone events. CLAKIFICATIONS _ Proposal is based on the following clarifications: *! RTU sizing is based on the input/output requirements per attached Exhibit "B'. _ · RTU enclosures shall be factory standard 4 painted steel enclosures for outside locations and ncma 12 for indoor applications, ,' Pricing is based on utilizing 2 watt UH1c radios and it is assumed that an FCC license -- can be obtained for same. *' All sensors external of the proposed remote terminal units are assumed to be existing and operational at the time of our installation. Costs for repair, replacement and/or - furnishing of any new sensors (if'any) are not included in this proposal and shall be in addition to same. · Costs associated with obtaining and maintaining phone lines for the remote computer -- shall be the City's responsibility- , Furnished reports shall be limited to TCI standard daily, weekly and monthly reports, Additional reports can be provided for additional costs. -- * Bonding costs and/or sales taxes are not included and shall be extra costs if required. 82/89/1994 13:17 2142412895 TEAM CONTROLS. INC. PAGE We are available to review this proposal at your convenience and trust that you shall not h~sitate to call if there are any questions. This proposal shall be valid for sixty (60) days from this date. S,incerely, L,.7[CONTROLS, INC. Gary D. McNiel (~DM/eaw 13:17 2142412895 TEAN CONTROLS, INC. PAGE 195 CITY OF CQPPELL IGADA IYITEM I/O RE. GAP ~m,.XHIIBIT VILLAGE PARKVVAY (1) POWER FAIL ~E5) PUMP CONTROL (1) DALLAS INFLUENT (2) EST LEVEL 1> RTU TO INCLUDE P~JMP 6TATION (1) INTRUSION (2) AIR SCRUBBER FLOVV (2) SPARE DR~VER TO COM- (BC..ADA SERVER LOCATION) (1) ENTRY ~/VITCH CONTROL (',) DiSCH PRESSURE MUNICATE WITH (6) PUMP STATUS (8) SPARE ('t,} DISCH FLOW WESTH. iQ-1O00 {6) PUMP HOA (2) GSR LEVEL DEVICES. (6) PUMP FAIL (I) CL2 FEED RATE (:2) AiR SCRUBBER (1) NH3 FEED RATE 2> NEW DISCHARGE STATUS (1) AMMON(A SCALE PIT WILL BE (I) AMMONIA LEAK (1) CL2 SCALE PRoviDED (I) CL2 LEAK (1) CL2 ANALYZER (4) SAMPLE VALVE (6) SPARE 131 SPARE (35) TOTAL { 1 G) TOTAL (16) TOT~,L (4) TOTAL EXISTING EST (1) POWER FAIL (I) VALVE OPEN {1) EST LEVEL FUTURE (I) (NTRUSION (1) VALVE CLOSE (1) CL2 ANALYZER (1) ENTRY SVVITCH (5) SPARE (I) VALVE STATUS 14;, .,.SPARE (8} SPARE (4) TOTAL (2) TOTA, FUTURE NEW EiT (1) POWER FAIL (1) VALVE OPEN (I) EST LEVEL fUTURE (1) INTRUSION {I) VALVE CLOSE (1) CL2 ANALYZER (I) ENTRY SVVITCH (2) SPARE (1) VALVE STATUS (41 SPARE (8) SPARE (4) TOTAL (2) TOTAL ;:UTURE SANDY LAKE (1) POWER FAIL (3> PUMP CONTROL (1) W/W LEVEL FUTURE 1> NEW ULTRA- LIFT STATION (1) INTRUSION (1} SPARE (I) SPARE SONIC LIT WILL ( 1 ) ENTRY SWITCH BE PROVIDED STATUS (3) PUMP STATUS (1) D/W Hm Lt"V~L {1) WAN HI LEVEL I~_SPARE (8) TOTAL {4) TOTAL (2) TOTAL FUTURE DE FOREST (1) POWER FAIL (3) PUMP CONTROL (1) WAN LEVEL FUTURE 1> NE'VV ULTF~A-, LIFT STATION < I ) INTRUSION ( 1 ) SPARE ( 1 ) SpAR E SONIC LIT WILL {1} ENTRY SWITCH BE PROVIDED STATU~i {:3) PUMP STATUS ['~) DAN HI LEVEL (I) WNV HI LEVEL ll,),$PARE (8) TOTAL (4) TOTAL (2) TOTAL FUTURE ! COlN~EL2.XLS F:~ I 7/11:96 · 82/8~8/1884 13:17 2142412895 TEAM CONTROLS, INC. PAGE CITY OF COPPELL PROPOSED COMPUTER PRODUCTS EXHIBIT "C" LOCATED AT VILLAGE PARKWAY PUMP STATION 1 SCADA SERVER OPERATOR WORKSTATION CONSISTING OF FOLLOWING: (I) GATEWAY PS-12Q MHZ COMPUTER WiTH 16MR RAM. 256K CACHE, (1) 1.2GB HARD DR1VE, (1) 3.5" 1.44MR DISK DRIVE, 6X CD-ROM DRIVE. MOUSE AND VIVITRON 17" MONITOR ( 15.7" VIEWABLE ) (1) ETHERNET & MODEM PRODUCTS (1) MS OFFICE PRO FOR WINDOWS 95 (1) WIN-9111411 ALARM AND PAGING SOFTWARE (1) WONDERWARE RUN TIME/DEVELOPMENT SCADA SERVER SOFTWARE (t) BEST 750VA UPS (1) HP LASER PRINTER MODEL 5L _ SERVICE WORKSTATION ( PORTABLE ) I PORTABLE VIEW NODE WORKSTATION CONSISTING OF THE FOLLOWING: (1) GATEWAY P5-120 NOTEBOOK COMPUTER WITH 16MB RAM, 256K CACt-tE. (1) 1.2GB HARD DRIVE, (1) 3.5" 1.44MR DISK DRIVE. MOUSE AND MONITOR. (1) ETHERNET & MODEM PRODUCTS -- (1) MS OFFICE PRO FOR WINDOWS 95 (1) WONDERWARE RUN TIME ONLY SCADA SOFTWARE COPPEL,II .XLS Page I 7/11/96 TABLE OF CONTENTS Section 1 - Bidding and Contract Documents Notice to Bidders .................................................................................................................1-2 ' Instructions to Bidders ........................................................................................1-3 thru 1-11 Proposal/Bid Schedule & Prevailing Wage Rates ..............................................1-12 thru 1-24 Standard Form of Agreement (Coreract) ..........................................................1-25 thru 1-29 Performance Bond .............................................................................................1-30 thru 1-31 Payment Bond ...................................................................................................1-32 thru 1-33 Maintenance Bond .............................................................................................................1-34 City of Coppell's Supplementary Conditions to the NCTCOG Standard . Specifications for Public Works Construction, General Provisions ...................1-35 thru 1-40 For this contract, the following standards, provisions, amendments, etc., are APPROVED as the official specifications: "Standard Specifications for Public Works Construction, North Central Texas, 2nd Edition, 1987, including latest Amendments." Section 2 - Specific Project Requirements ...........................................................................2-1 thru 2-6 Section 3 - Special Provisions to Standard Specifications for Construction .....................3-1 thru 3-4 ' For this project, the Standard Specifications for Public Works Construction - North Central Texas, as prepared by the North Central _ Texas Council of Governments and the City of Coppell Standard Construction Details shall govern all work to be done, together with any additional Special Specifications or Specific Project Requirements included herein. Section 4 - Description of Pay Items .....................................................................................4-1 thru 4-4 - Section 5 - Special Conditions · General .............................................................................................................................5-2 - · Civil ............................................~ .................................................................................5-14 · Electrical ......................................................................................................................5-46 -,- * Architectural ................................................................................................................4-73 -- t ~ ;,* ~.~ THESE DOCUMENTS ARE F AND ARE CITY OF COPPELL VILLAGE PARKWAY PUMP STATION ADDITIONS ADDENDUM NO. I -- December 14, 1995 -- The plans and specifications for the construction of the City of Coppell, Texas, Village Parkway Pump Station Additions Project, for which bids are to be received until 2:00 p.m., December 21, 1995, are hereby modified as follows: 1. Refer to construction plan C6 - Elevation of Ammonia/Chlorine Package System. Revise the notes for the Chlorine and Ammonia System to read: The Package Chlorine/Scrubber and -- Ammonia/Scrubber Systems shall be as manufactured by RJ Environmental, EST Corporation, or Powell Fabrication & Manufacturing, Inc. 2. Refer to construction plan sheet C7 - Fence Details. a) The 2" square tubular steel welded to the bottom to the gates applies only to the two pedestrian gates. -- b) All tubular steel fencing, pedestrian gates and vehicle gates are to be raised 2-feet as shown. 3. Refer to construction plan C 10 - Chlorine Analyzer Front Elevation. The Analyzer at the elevated ' storage tank site shall be Wallace and Tiernan Micro/2000 Residual Analyzer, cabinet mounted, utilizing liquid reagents, or approved equal. -- 4. Refer to construction plan sheet S 1. a) The dimensional control for the air vents shown on the Foundation Plan shall be revised to 6'-0". The dimension between the vents is revised to 8'-1", and the dimensions from the ' outside face of the CMU walls to the vents is revised to 2'-0". b) The Ceiling Framing Plan is hereby modified by the attached Sheet No. SKI to include a 3' x 3' opening for the proposed Exhaust Duct. c) The Foundation plan is hereby modified by the attached Sheet No. SK2 to include a 3'-0" opening for the emergency generator panel. ' 5. , Refer to construction plan sheet S5 - Typical Pier Detail. Add the following note to this detail: "No separate pay item shall be provided for the standard depth 18-inch diameter piers of _ 26-feet as shown. All cost for labor, materials and equipment for standard depth piers are to be included in the lump sum unit price for the Village Parkway Pump Station. For 18- inch diameter concrete piers which differ from the standard depth pier, payment shall be made or deducted based on the contract unit price per vertical foot of extra depth 18-inch diameter concrete pier as provided in the proposal and bid schedule. Payment for extra depth shall not be made without prior approval of the owner." -- 6. Refer to construction plan E3. Add note 4 as follows: 4. Furnish and install one feeder unit in space 5D for new pump room lighting panel. -- 7. Refer to construction plan E4. Change reference "MCC-480" to "MCC-LD" on Control Schematic No. 1 and No. 2. Change "MPR" to "MPU" on line 39 of Control Schematic No. 2. Also add note "Furnish two spare 120 vac control relays mounted in starter." to Control Schematic No. 2. ' 8. Refer to construction plan E5. In the plan view add note 10 as follows: Page No. I Addendura No. I ' 10. Furnish and install a main service disconnect location nameplate at each of the three building service mains (two at the 4 160V swgr and the other at the new MCC-LD). Each nameplate shall state where the other service mains are located. Submit nameplate to -- Engineer for review. 9. Refer to drawing E7, Detail 1. Add the following notes to the detail: -- 1. Heat trace all exposed piping below the valve control panel. Ref. sheet C6. Insulation shall be 1" Thermazip series 100 or equal with Thermazip form fitting elbow covers. Heat trace shall be 5 watts per foot. Fumish heat trace connection box and at least two -- end-of-line indicator lights. Heat trace, connection boxes, and indicator lights shall be per specifications. 2. Furnish a 20 amp GFCI receptacle in a cast FS box below the valve control panel. ' Receptacle shall have a RedDot #CKMGV weatherproof cover. 3. Run 2#12, #12 G, 3/4" C to control panel on chlorine skid to pick up power. -- 10. Refer to construction plan E7: a) Detail 6. Change the conduit and wire from the new instrument terminal j-box to the new instrument/scada panel to read "30 #16, 12-2C/S #16, 2" C". b) Detail 6. Change the conduit and wire from the new instrument/scada panel to the existing instrument panel to read "20 # 16, 8-2C/S #16, 2" C". ' c) Detail 7. Change the gain on the antenna to 9 DB. 11. Refer to construction plan E9. Add to legend of both schematics "FT -Fused Terminal". -- ~2. Refer to construction drawing El0. Change all pilot lights to push- to-test type. 13. Refer to construction plan E 12. -- a) Add a 'current to Clipper voltage converter' on input I8 on "RTU VP2" and the words "VP GSR No. 2 Level". Connect into current loop of LIR-2 in main instrument panel for signal. b) Add two relay interface units to outputs 04 and 05 on "RTU VPY' and note as "HSP No. 5 ' Run" and "HSP No. 6 Run". These outputs shall control pumps 5 and 6. c) Add an input to I7 of RTU VP4 for the annunciator output for the "GSR LLCO" alarm. Ref. Sheet E 11. d) Add the following note: Connect Annunciator alarm outputs from pumps 5 and 6 to input no. I 1 of RTU · VP#1. Wire contacts in parallel to give contact closure to RTU when any pump fails. -- 14. Refer to the Proposal and Bid Schedule. a) Replace pages 1-16 through 1-17 with the attached Proposal and Bid Schedule Pages 1-16 through 1-19, marked "Addendure No. 1" in the lower right hand corner. These pages have ' been modified to include Bid Item No. 8 "Extra Depth Concrete Piers" and to add the Bidder's Questionnaire identifying both certain pieces of equipment and sub-contractors expected to be utilized on this project. b) Delete page 1-18, Bidder Oualification as shown in the original Proposal and Bid Schedule. The Bidders Qualifications will be determined as provided in SC.07 and SC.08 of the Special Conditions of the Specifications. 15. Refer to Page 1-21, Affidavit of Safety_ Record. Strike all references to five (5) years on this affidavit. Page No. 2 Addendura No. I ' 16. Refer to Section 4 - Description ofPay Itcms~ Page 4-2 of the Specifications, second paragraph in Item 2. !. Strike the amount $40,000 and replace with $53,000. _ 17. Refer to SC.35-Horizontal Split Case Centrifugal Pumps and Motors a) Paragraph C.I) Pumping Conditions. Modify the last line in the pumping conditions tabulation to read" Minimum Size Pump Shat~ -Inches 2-1/2". b) Paragraph C.2)b) Impeller. Revise the I st sentence to read: "The impeller shall be bronze, and of one piece casting...." -- c) Paragraph C.2)c) Shaft and Shaft Sleeves. Add the following: "The shaft shall be shall with bronze sleeves." d) Paragraph C.2)d) ~Y_eax. iBg,.Kill~. Modify the first sentence to read: "Renewable bronze ' wear rings...." e) Paragraph C.2)e) ~affillL[k0.K~. Modify the first sentence to read: "Each stuffing box _ shall contain a John Crane BP2C1, or equal mechanical seal...." f) Paragraph C.3)b)iv) ~. Modify the first sentence to read: "...shall not exceed 83 decibels as measured on the A-weighted scale..." g) Paragraph G. Balance. Revise the 10th line of this section to read: "...not exceed 4.0 mils.." -- h) Paragraph H. Shop Acceptance Tests - Pumps. Delete the last sentence in this section in its entirety. 18. Refer to SC.36 Package Chlorination & Emergency Scrubber System for 150 LB Cylinder ' Applications a) Item 1.2- D. Specified Manufacturer: Add the following manufacturers to this list: -- i) ScrubHouse 250 by EST Corporation, Quakertown, Pa ii) Powell Fabrication and Manufacturing, Inc., St. Louis, MI -- b) Item 1.3 Quality_ Assurance - Paragraph A. Revise the first sentence in this paragraph to read: "...must be submitted with the bid:" c) Item 2.1 -B. Modify the second sentence to read: "Chlorine concentration in the discharge -- shall not exceed 5 ppm at any time." d) Item 2.2- C. Caustic Recirculation Pump: Revise all references to "pumps" to "pump". I_ . e) Item 2.2 - 1.2) Chlorination Equipment: Capital Controls shall be added as an approved equal for equipment listed in this section. f) Item 3.3 - Warranty.: Delete this paragraph in its entirety and replace with the following: Manufacturer shall guarantee the while system, both in material and workmanship for a period of two years from the day of final acceptance on the project. This ~_ revision to the warranty shall also apply to the appropriate item in SC.37. 19. Refer to SC.37 Package Ammoniation & Emergency Scrubber System for 150 LB Cylinder Applications a) Item 1.2- D. Specified Manufacturer: Add the following manufacturers to this list: i) ScrubHouse 250 by EST Corporation, Quakertown, Pa ' ii) Powell Fabrication and Manufacturing, Inc., St. Louis, MI b) Item 1.3 Quality. Assurance - Paragraph A. Revise the first sentence in this paragraph to _ read: "...must be submitted with the bid:" Page No. 3 Addendure No. I ' c) Item 2.1 -B. Modify the second sentence to read: "Ammonia concentration in the discharge shall not exceed 1/2 the IDLHat any time." _ d) Item 2.2- C. Caustic Recirculation Pump: Revise all references to "pumps" to "pump". e) Item 2.2 - G.2) Ammoniation Equipment: i) Modify the Wallace & Tieman V-100 to Wallace & Tiernan V-10k ii) Capital Controls shall be an approved equal for equipment listed in this section. iii) Delete paragraphs h), i) and j) in their entirety. 20. Refer to SC.36, part 2.4. Add the following paragraph to the section: Control panel shall have two single pole 20 amp circuit breakers for powering external 120 -- vac circuits. These circuits will be used for powering the valve control panel and the heat trace for the valve piping. Circuit breakers shall be derived off of the 208 volt, 3 phase, 4 wire power supply to the skid unit. 21. Refer to SC.37, part 2.2, section E. Delete the first sentence and replace with the following: "Provide local control panel with motor starter for fan. The control power shall be 120 -- volts and shall be derived offof the 208 volt, 3 phase, 4 wire power." 22. Refer to SC.41, section D. Change "non-ventilated" to "ventilated" in the first paragraph, and delete the second sentence in the first paragraph. Delete the last paragraph and replace with ' "Furnish Westinghouse type DT-3 or General Electric type QL." 23. Refer to SC.42: -- a) Section K. Add the following sentence to the second paragraph: "Insect screen frames shall be mounted to inside wall and there shall be 6" separation from the screen to the !ouver." b) Section L. Add the following sentence to the second paragraph: "The ductwork shall be inside lined with 1/2" insulation." c) Add the following paragraph to the section: ' GENERATOR CONNECTION ASSEMBLY Furnish and install generator connection assembly as shown on the drawings and as _ specified herein. The 400 amp plugs and the 400 amp receptacle assembly shall be manufactured by Crouse-Hinds. The enclosure shall be as manufactured by Hoffman or equal. The enclosure shall be painted with 5 mils of enamel after fabrication. Exposed _ inside color and exposed outside color shall be as selected by the Owner. The generator ' connection assembly shall be assembled and tested by Electric Control & Switch Company, Inc. of Carrollton, Texas. -- 24. Refer to SC.46, section D: a) Add the following sentence to the second paragraph after the Refer to the 17" color monitor. "The monitor shall have a .28 mm dot pitch, and shall be a Magnavox "Magna ' Scan 17" or equal. b) Add the following to the third paragraph: "Furnish to the Owner one spare Solidyne _ Clipper RTU." c) Delete the last two paragraphs and replace with the following two paragraphs: "The existing Solidyne system configuration shall be loaded on the new computer and ' installed under the above specified new operating system. The Solidyne system's existing configuration shall be modified to accept the addition of inputs and outputs as indicated on sheet El2. The new pumps shall be configured in a "pump up" scheme to the elevated tank. ' Setpoints will be provided by the Owner. Pump control scheme shall include time Page No. 4 Addendure No. I ' alternation on a daily basis. Pump control of new pumps shall be coordinated with the three existing pumps as directed by the Owner. The chlorine and ammonia injection and sample points shall be selectable through the Solidyne system by the Owner's remote computer ' through the dial-up line. Alarm points shall be as directed by the Owner. Final configuration shall be approved by the Owner. _ SCADA system modifications, soft-ware configuration changes, and computer system shall be supplied and installed by S&S Telemetry or approved equal. S&S telemetry is located in Sanger, Texas. Contact Mr. Mark Sons at 817-458-5774." -- 25. Refer to SC.46, section E: a) Change the Yaggi antenna model number from a Decibel Products "DB493" (6 dB gain) to a "DB498-K" (9 dB gain). b) Add the following paragraphs: Antenna support and mounting bracket for the elevated tank antenna shall be fabricated, -- furnished, and installed by the contractor. The mount bracket shall provide a vertically oriented pipe mast between 11/4 and 2 inch o.d. and the grounded mast shall extend at least 18 inches above the antenna for lightning protection. The bracket shall be grounded. -- The bracket shall be fabricated from steel and shall be hot-dip galvanized. The connectors shall be pre-insta!led on the antenna cable. Furnish all type N to SMA adapters as required. The coaxial cable shall be routed from the radio to the antenna ' without splices. It shall be supported or installed in conduit over its entire length. The cable to antenna connection shall be sealed and secured. This shall be done by wrapping with rubber tape and then over wrapping with an ultra-violet resistant tape. The cable shall be secured to the antenna and mounting bracket in such a way as to permanently relieve strain on the cable and prevent its motion in the wind. The cable _ should not be bent on a radius less than manufacturers recommendations. It shall be secured at intervals of 5 ft. maximum. Test antenna cables after installation for continuity. Measure VSWR (voltage standing wave ratio) and submit to Engineer for review. -- Each radio shall be tested and placed into service per the manufacturer's recommendations. Engineer shall witness test. Provide 5 days notice. Test signal strength at both sites and submit test results to Engineer for review. Furnish all equipment for test. ' 26. Refer to SC.46, section G: a) Add the following paragraphs to the section: ' · "The relay for the current loop switch SS-75 shall have gold-flashed contacts. The current isolator (FT-75) shall be four wire type, 24 vdc powered and shall have 4-20 mA input and 4-20 mA output. Furnish Moore Industries model ECT or equal. The current switch (FC-4) shall have a digital indicator, a 4-20 mA input and a dual contact output. Furnish Moore Industries model DDA or equal. Set contact to open at 10% and below flow signal to interrupt the flow of water to the injectors." b) In the last sentence of the second paragraph, change the reference "E9.06" to "F". 27. Refer to SC.46, section I. a) Add the following sentence to the end of the first paragraph: "The solenoid valve for the 1" line shall be ASCO model 8210B54." -- b) Change the last sentence of the second paragraph to read: "Furnish 1" Worcester type CL44 valves with series 75 electric AC actuators." 28. Bidders shall acknowledge receipt of Addendum No. 1 in the space provided in the Proposal and on the outer envelope of their bid. Page No. 5 .4ddendum No. I Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 4 25 C.Y. For Furnishing and Placing Extra C!ass"A" Reinforced Concrete Not _ called for on the Plans, and ordered in writing by the Owner, complete in place, the sum of Dollars _ and Cents per Cubic Yard. -- 5 25 C.Y. For Furnishing and Placing Extra Class "C" Concrete Backfill Not called for on the Plans and ordered in writing _ by the Owner, complete in place, the sum of Dollars and Cents per Cubic Yard. 6 25 C.Y. For Furnishing and Placing Extra Crushed Stone Not called for on the _ Plans and ordered in writing by the Owner, complete in place, the sum of Dollars and Cents per Cubic Yard. 7 I L.S. For Designing, Furnishing, Installing, Maintaining and Removing Trench _ Safety Devices in accordance with OSHA Safety Standards, complete in place, the lump sum amount of Dollars and _ Cents per Lump Sum. Page No. !-16 .4ddendurn No. I -- Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount -- 8 40 V.F. For Furnishing and Installing Extra Depth or Deduct for 18-inch Diameter Concrete Pier in Excess or Short of the -- Standard Depth Pier of 26-feet. Addendura No. I Dollars -- and Cents per Vertical Foot. ITOTAL AMOUNT BID: (Items I through 8) The undersigned hereby proposes and agrees to perform all work of whatever nature required in strict -- conformance with the plans and specifications, and to fumish and construct the Village Parkway Pump Station Addition, complete in place, together with all necessary appurtenances, and to complete all item of work within ( ) consecutive _ calendar days after issuance of the work order. Page No. 1-17 Addendum No. I BID SUMMARY TOTAL PRICE BID CALENDAR DAYS BID TOTAL BID Citems 1 Through 8): $ Total Price Bid In Words: Total Calendar Days Bid In Words: 6. BIDDER agrees that all Work awarded will be completed wihin __ Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications conceming this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. ' 8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (See Instructions to Bidders). 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General -- Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay -- within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED on ., 19__ Page No. 1-18 Addendura No. I QUESTIONNAIRE Each Bidder shall write in the name, where indicated, of the manufacturers of equipment _ which Bidder proposes to furnish and the subcontractors the Bidder plans to utilize. Not more than one manufacturer's or subcontractor's name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be furnished. Substitutions will be permitted only if named equipment or subcontractor does not meet the requirements of the Contract Documents, the manufacturer or subcontractor is unable to meet the requirements of the construction schedule, or the manufacturer or subcontractor is dilatory in complying with the requirements of the Contract Documents. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by Change Order. Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full ' conformity with the Contract Documents. Failure to furnish all information required may be cause for rejection of the Bid. ~ ManufactUrer Motor Control Equipment -- Oil Filled Transformers Radio RTU's Ventilation Equipment _ Pump Control valves Tapping Valves Package Scrubber Units Disinfection Equipment ~ Subcontractor Electrical - Ventilation Instrumentation Excavation Structural Concrete Masonry Painter Page No. 1-19 ,4ddendumNo. I !__,s ! 1 - 2x8 . i--- i i '"-----" ! / ,i_ : i ;L2x6 Blocking = _ =i '_ i = ~,: = ' = = ' :' != ~ '== :2x6 x 5'-6' = , ~'-_2__3/ _ _ Exlstin9 Building ~ ~ PAR TIAL CEILING FRAMING PLAN SCALZ': 3/16'= ~'-0' s~, ,a=. px. 33,s. m //~ S.C.R. 12/15/95 Added 0pen ing for Exhousl. Duct nat NO. CITY OFCOPPELL, TEXAS VILLAG[ PARKWAY PUMP STATION ~'~'~,L~ REVISIONS TO CEILING FRAMING PLAN : :: :--:-"-:---i ~ : --'..:.--: , , : : , __....]. ~/~-. /~ ./~-~' CITY OFCOPPELL, TEXAS VIL~GE PARKWAY PUMP STATION REVISIONS TO FOUNDATION P~N CITY OF COPPELL VILLAGE PARKWAY PUI~IP STATION ADDITIONS ADDENDUM NO. 2 December 18, 1995 The plans and specifications for the construction of the City of Coppell, Texas, Village Parkway Pump Station Additions Project, for which bids are to be received until 2:00 p.m., December 21, 1995, are hereby modified as follows: -- 1. Refer to construction plan sheet C7 - Butterfly Valve Detail. This detail is not required for the construction of this project. There are no butterfly valves included in the scope of work. 2. Refer to construction plan sheet C8 & C9 - Injection Vault Details. Delete the roof scuttle and the ' 4-inch high concrete curb shown. Refer to structural construction plm~ sheet S4 for access hatch details and specifications. 3. Refer to SC. 31 Valves of the specifications. Revise this section to include the Willamette Cone Valve manufactured by the Portland Water Valve Co. of Gresham, Oregon as an approved equal. 4. Bidders shall acknowledge receipt of Addendum No. 2 in the space provided in the Proposal and o__n _ the outer envelope of their bid. Shimek, Jacobs & Finklea _ Consulting Engineers ' Dallas, Texas SECTION 1 BIDDING AND CONTRACT DOCUMENTS 1-1 NOTICE TO BIDDERS CITY OF COPPELL, TEXAS VILLAGE PARKWAY PUMP STATION ADDITION The City of Coppell is accepting bids for Village Parkway Pump Station Addition. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for Village Parkway Pump Station Addition will be received in _ the Purchasing Office at the City of Coppert Town Center, 225 Parkway Boulevard, until 2:00 p.m. on Thursday, December 21, 1995, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Ql195-02, designated clearly on the - exterior of the bid envelope. A Pre-Bid Conference is scheduled for Tuesday, December 12, 1995 at 2:00 p.m., at the City of Coppell's - Town Center. Attendance to the Pre-Bid Conference is not mandatory to bid. Proposals shall be accompanied by a cashier's or certified check upon a national or state bank, or savings and loan in an mount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Coppell, or a bid bond in the same mount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance bond and payment bond within ten (10) days after notice of award of contract to him. The notice of award of contract will be given by the Owner within ninety (90) days following the opening of bids. The successful bidder must furnish performance bond upon the form provided in the mount of 100 percent of the contract price and a material and labor payment bond upon the form provided in the _ mount of 100 percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety, or other surety or sureties acceptable to the Owner. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting fi-om the use of incomplete sets of Bidding Documents. Plans, specifications and bidding documents may be purchased from the office of Shimek, Jacobs & Finklea Consulting Engineers, 8333 Douglas Avenue, Suite 820, Dallas, Texas 75225, for the sum of Seventy-Five Dollars ($75.00) per set. INSTRUCTIONS TO BIDDERS 1. Defined Terms Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas, latest addition, as prepared by the NCTCOG, and the -- Supplementary Conditions of Agreement, have the meanings assigned to them in these General Conditions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub- bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, ' responsible Bidder to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to _ Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: -. Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppelt, P.O. Box 478, Coppell, Texas 75019. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work _ This project is generally located at the intersection of Sandy Lake Road and MacArthur Boulevard. The project shall consist of the construction of a 836 square foot pump station building expansion housing the addition of two 250 horsepower pumps, new motor control center, and disinfection facilities, .... together with all necessary appurtenances. The work shall be as shown on the construction plans and shall consist of furnishing all labor, equipment, tools and incidentals necessary to complete the work, including but not limited to: excavations, backfills, pipe, disposal of waste materials, etc. as described in . the plans and specifications. 3. Copies of Bidding Documents 3.1 Plans, specifications and bidding documents may be purchased from the office of Shimek, Jacobs & FinIdea, Consulting Engineers, 8333 Douglas Avenue, #820, Dallas, Texas 75225, for _ the sum of Seventy-Five Dollars ($75.00) per set. Plans and specifications may be inspected at the office of Shimek, Jacobs & Finklea during normal business hours. A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract ' Documents at no charge. Additional sets over five (5) will be furnished for $25.00 per set. C) Bidding documents may be examined flee of charge at the office of Shimek, Jacobs & ' Finklea, 8333 Douglas Avenue, #820, Dallas, Texas 75225. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not coffer a license or grant for any other _ use. 4. Qualifications of Bidden ' The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Proi ect Experience A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience _ The Bidder shall submit a list of five completed projects which have been in successful service for a minimum of three years. The projects shall be similar in nature to the scope of work required by this project. C. Equipment The Bidder shall provide a list of equipment which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial Each Bidder shall be prepared to submit upon request of the Owner a current balanced financial statement with no evidence of threatening losses as evidenced by a current audited certified financial statement. This information will be used to cort~nn that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Certification signed, dated and sealed by a Professional Engineer, registered in the State of Texas that Items A, B, C and E above are true and correct. 5. Conflict of Interest City Charter states that no officer or employee of the City shall have a financial interest, direct or ' indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the s.ale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition _ does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City _ found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site ' 6.1 Access to the site shall be from Village Parkway off of MacArthur Boulevard. Prospective Bidders shall respect all improvements. It is the responsibility of each Bidder before submitting a ._ Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect' cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidders observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from _ the responsibility of fulfilling all of the terms of the contract, without additional cost to the 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder Will, at Bidder's own expense, make or obtain any additional ' examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or ' furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, Owner will provide each Bidder access to the site to conduct explorations _ and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions upon completion of such explorations. _ 6.5 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised -- upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to · ' indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ' 7. Interpretations and Addenda 7.1 All questions about the meaning or intern of the Contract Documents are to be directed to _ Shimek, Jacobs & Finklea. Interpretations or clarifications considered necessary by the Design Engineer in response to such questions will be issued by Addenda mailed to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date -- for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time _ 8.1 As time is of the essence on this project, the contract time will be considered in the Coreractors proposal. In no case shall the coreract time exceed 300 calendar days. The time for completion in calendar days is as established by the Contractor's proposal. All work shall be complete within the -- calendar day count required by the Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed. -- 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as ' specified in Item 1.36 of the General Conditions. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Item 1.36.1, General Provisions of the Contract. - 10. Substitute or "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. - 11. Subcontractors, Suppliers, and Others 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective ' Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such -_ Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may, before the Notice of Award is given, request the apparent Successful Bidder .__ to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidders Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating - Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award -- the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against who Contractor has reasonable objection. 12. Bid Proposal -- 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All .' blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, parmership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing ..., authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing -- member of the firm or partnership shall be given or the bid may be signed by an attomey-in-fact. ff signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses _ Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities The quanriries listed in the Bid Form will be considered as approximate and will be used for the ' comparison of bids. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. 15. Submission of Bids -- Bids (pages 12o21) will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478, Coppell, Texas 75019 until 2:00 p.m. on December 21, 1995, and then publicly opened and read aloud. Two identical " copies of the bid enclosed in an opaque sealed envelope and marked with the Project rifle, City of Coppell Bid No. Ql195-02, and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate "' envelope with the notation "BID ENCLOSED: VILLAGE PARKWAY PUMP STATION ADDITION" on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. 16. Modification and Withdrawal of Bids 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner --- that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. -- 16.2 If,, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may ' withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any - irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than ~ one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. ' 18. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for ninety (90) days at'cer the day of the Bid opening, but the _ Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract 19.1 The Owner reserves the right to reject any and all Bids, to waive any and all formalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, wh~her because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. 'Discrepancies between the indicated sum of any colunto of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.2 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, unit prices, completion time, and other data, as may be requested in the Bid form or prior to the Notice of Award. 19.3 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of ._ Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.5 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the _ Project. 19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award ' within ninety (90) days after the date of the Bid opening. 20. Execution of Agreement Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts, including bonds, and Certificates of - Insurance. 2 1. Affidavit of Bills Paid Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and _ that there are no claims pending. 22. Bid Compliance ' Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 23. Notice to Proceed Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Contractor shall commence work within ten (10) calendar days after the date of Notice to Proceed. -- 24. State and City Sales Taxes The Contractor's attention is directed to State of Texas, Tax Code, Section 15 1 ~311. This section provides that all items used or consumed by a Contractor can be purchased free of State and City sales tax if necessary and essential for the performance of the contract and completely consumed at the job site and when the project is being performed for an agency exempt under State of Texas, Tax Code, Section 15 1.309. This contract is issued by an agency which qualified for exemption pursuant to the provisions of State of Texas, Tax Code, Section 151.309. 25. Silence of Specification The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial - practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. - 26. Change Orders No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or _ specifications stated in the resulting contract. All change orders to the contract will be made in writing by the Owner. 1-10 27. Assignment The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of Owner. 28. Venue This agreement will be govemed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 29. Maintenance Bond The Contractor shall provide, on the form provided, a two year Maintenance Bond at the completion of the project. The bond must be provided prior to find payment by the City. 1-1l PROPOSAL PROJECT IDENTIFICATION: Village Parkway Pump Station Addition in Coppell, Texas. " BID OF ~ DATE: ~ (N'AN~ OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) _ c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 478 _ Coppell, Texas 75019 -- CITY OF COPPELL BID NO: Ql195-02 - 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and ~amish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in " this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the ~_ Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): - Date: It!.l f tg./ /f (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 1-12 (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the ' contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness " thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing _ surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness _ thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to - supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDEK considers necessary for the performance or fumishing of the Work at the Contract Price, ' within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BDDER has reviewed and checked all information and data shown or indicated on the Contract _ Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of _ said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is - acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or - corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDEK has not solicited or induced any ' person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 1-13 (i) It is understood and agreed that the following quantities of work to be done at unit prices are - approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantifies of work to be done at unit prices and materials to be ' furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. _ 4. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. 5. BIDDER will complete the Work for the following price(s): 1-14 _ BID SCHEDULE VILLAGE PARKWAY PUMP STATION ADDITION Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount _ 1 1 L.S. For Furnishing all Labor, Materials, 599,775.00 599,775.00 Tools, Equipment for Construction of the Village Parkway Pump Station Addition, complete in all details including Foundation, Building, Fencing, Pumps, Motors, Piping, Valves, Concrete, Concrete Flatwork, Electrical, SCADA Equipment, Mechanical and Site Grading as shown on the Plans and as specified, Fully ' Operational, the lump sum amount of Five Hundred Ninety-Nine Thousand Seven Hundred Seventy-Five Dollars and No Cents per Lump Sum. Note: This item shall include an Equipment Bid Allowance of $53,000 for the proposed pumps and motors as set forth in Section SC.35 of the Special Conditions. 2 1 L.S. For Furnishing, Installing and 300,000.00 300,000.00 Constructing the Disinfection System _ Improvements at the Village Parkway Pump Station and the Elevated Storage Tank, complete in place including all _ Disinfection Equipment, Scrubbers, Piping, Concrete Vaults, Valves, Screening Walls, Electrical, SCADA _ and other Equipment, complete in all details and Fully Operational, the lump sum amount of Three Hundred Thousand Dollars and No _ Cents per Lump Sum. 3 1 L.S. For Relocating Existing Underground 15,000.00 15,000.00 4160 V Service Duct Bank from Existing Electrical Manhole to TU Electric Connection Box, complete in place, the lump sum amount of ' Fifteen Thousand Dollars and No Cents per Lump Sum. 1-15 -- Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount -- 4 25 C.Y. For Furnishing and Placing Extra 350.00 8,750.00 Class "A" Reinforced Concrete Not called for on the Plans, and ordered in -- writing by the Owner, complete in place, the sum of Three Hundred Fifty -- Dollars and No Cents per Cubic Yard. 5 25 C.Y. For Furnishing and Placing Extra 300.00 7,500.00 Class "C" Concrete Backfill Not called -- for on the Plans and ordered in writing by the Owner, complete in place, the sum of -- Three Hundred Dollars and No -- Cents per Cubic Yard. 6 25 C.Y. For Furnishing and Placing Extra 35.00 875.00 -- Crushed Stone Not called for on the Plans and ordered in writing by the Owner, complete in place, the sum of Thirty-Five Dollars and No -- Cents per Cubic Yard. 7 1 L.S. For Designing, Furnishing, Installing, 500.00 500.00 -- Maintaining and Removing Trench Safety Devices in accordance with OSHA Safety Standards, complete in _ place, the lump sum amount of Five Hundred Dollars -- and No Cents per Lump Sum. 1-16 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 8 40 V.F. For Furnishing and Installing Extra 15.00 600.00 Depth or Deduct for 18-inch Diameter _ Concrete Pier in Excess or Short of the Standard Depth Pier of 26-feet. Addendure No. l Fifteen _ Dollars and No Cents per Vertical Foot. TOTAL AMOUNT BID: (Items 1 through 8) $933,000.00 The undersigned hereby proposes and agrees to perform all work of whatever nature required in strict conformance with the plans and specifications, and to furnish and construct the Village Parkway Pump Station Addition, complete in place, together with all necessary appurtenances, and to complete all item of work within Three Hundred 000) consecutive calendar days after issuance of the work order. 1-17 BID SUMMARY TOTAL PRICE BID CALENDAR DAYS BID TOTAL BID (Items I Through 8): $ 933,000.00 300 Total Price Bid In Words: Nine Hundred Thirty-Three Thousand and no/100 Total Calendar Days Bid In Words: Three Hundred 6. BIDDER agrees that all Work awarded will be completed within 300 Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (See _ Instructions to Bidders). 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included _ as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay xvithin the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED on December 21 ,19 96 -- 1-18 QUESTIONNAIRE Each Bidder shall write in the name, where indicated, of the manufacturers of equipment which -- Bidder proposes to furnish and the subcontractors the Bidder plans to utilize. Not more than one manufaeturer's or subcontractor's name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be furnished. Substitutions will be permitted only if named equipment or subcontractor does not _ meet the requirements of the Contract Documents, the manufacturer or subcontractor is unable to meet the requirements of the construction schedule, or the manufacturer or subcontractor is dilatory in complying with the requirements of the Contract Documents. Substitutions shall be subject to concurrence of the Owner and shall be _ confirmed by Change Order. Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the Contract Documents. Failure to furnish all information required may be cause for rejection of the Bid. iKquj.o..~!.,.~ Manufacturer Motor Control Equipment General Electric ' Oil Filled Transformers General Electric Radio RTU's Johnson Solidyne Ventilation Equipment Ashcroft -- Pump Control valves Rodney Hunt Tapping Valves M & H Package Scrubber Units EST Corporation _ Disinfection Equipment Capital Controls Discipline Subcontractor Electrical W.H. F. ' Ventilation G.C. I nstrum entail on M on con Excavation G.C. " -- Structural Concrete G.C. Masonry ??? Painter D & D 1-19 The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as ' correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be calendar days from the date of the bid opening. (Period of " acceptance will be ninety (90) calendar days unless otherwise indicated by Bidder.) STATE OF Texas COUNTY OF Dallas BEFORE ME, the -- undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Michael G. Daiqre who after being by me duly sworn, did depose and say: (Name) "I, Michael G. Daiqre am a duly authorized office/agent for (Name) ' North Texas Municipal Construction and have been duly authorized to execute the (Name of Firm) Company, Inc. foregoing onbehalfofthesaid North Texas Municipal Construction .Company, Inc. _ (Name of Finn) _ I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly coneemed in any pool, agreement or combination thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: North Texas Municipal Construction Co., Inc. 5614 Dyer Street, Dallas, Texas 75206 Telephone: ( 214 ) 368-6880 by: Michael G. Daigre ' Title: President Signature: ~ . ~~ / SUBSCRIBED AND SWORN to before me by the above named Michael G. Daigre ' on this the 2 2rid day of January 19 9 6. 1-20 If BIDDER IS: An Individual ' By (Seal) (Individual's Name) doing business as Business address Phone No. A Parmership By (Seal) (Firm Name) (General Partner) Business address -- Phone No. -- A Corporation By North Texas Municipal Construction Company, Inc. (Se~) _ (Corporation Name) By Texas (Seal) _ (seal) By Michael G. Daigre .. (Nameo'i~Person tosign) President ' (Corporate Seal) ff~; ~Z~ %~ (Title) Attest Michael G. Daigre (Seemly) -- Business address 5614 D.yer Street Dallas, TX 75206 PhoneNo. (214) 368-6880 A Joint Venture By (Name) (Address) By -- (Name) (Address) -- (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-21 AFFIDAVIT OF SAFETY RECORD (I) (We) the undersigned do declare and affirm that (my) (our) firm or corporation (has) (have) received ' no citation from the Occupational Safety and Health Administration (OSHA) within the past two (2) years and (I) (We) do further declare and affirm that (my) (our) firm or corporation (haS)(have)experienced no worker injuries related to construction safety on -- projects within the past two (2) years. North Texas Municipal Construction Company, Inc. -- NAME OF SUBCONTRACTOR NAME OF FIRM Michael G. Daiqrer President -- OFFICER'S NAME &TITLE ' SIGNATURE OF OFFICER SIGNA~ O~ OF~t~II~CER - January 2 2 r 19 9 6 DATE DATE STATE OF TEXAS } ' } COUNTY OF Dallas } BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day appeared ' Michael G. Daigre , President for North Tex.as Municipal known to me to be the person whose name is subscribed to the fore~n~s~r~e~°anndca°cFoawr~gedPocCne that (he) (she) (they) executed the same for the purposes and ' considerations therein expressed as the act and deed of said firm or corporation, and in the capacity therein expressed. ' GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS 22nebAYOF January 19 96, A.D. _ Notary Public in and for the State of Texas 1-22 CITY OF COPPELL, TEXAS VILLAGE PARKWAY PUMP STATION ADDITION PROJECT NO. WA-9302 BID NO. Ql195-02 CHANGE ORDER NO. 1 ' A. INTENT OF CHANGE ORDER The intent of this change order is to modify the provisions of the contract dated January 9, 1996, entered into ' by the City of Coppell, Texas and North Texas Municipal Construction, Inc., 5614 Dyer Street, Dallas, Texas 75206, for construction of the Village Parkway Pump Station Addition. -- B. DESCRIPTION OF CHANGE Adjust the contract bid allowance of $53,000.00 included in Bid Item No. 1 for the two specified pumps and -- motors. The pumps and motors submitted by Oslin Nation Company in the amount of $48,000.00 including two (2) I.D.P. (Worthington) Model 8LR-20 horizontal split case double volute pumps with 250 horsepower G.E. Motors were selected by the City. Therefore, the difference in the bid allowance and the selected bid is -- the deductive amount of $5,000.00. C. EFFECT OF CHANGE ON CONTRACT AMOUNT This change will have the following affect on the final contract amount: _ Original Total Revised Item Contract Amount of Contract No. Description Units Amount Change Amount -- 1 For Furnishing all Labor, Materials, Tools, Equipment L.S. $599,775.00 ($5,000.00) $594,775.00 for Construction of the Village Parkway Pump Station Addition, complete in all details including _ Foundation, Building, Fencing, Pumps, Motors, Piping, Valves, Concrete, Concrete Flatwork, Electrical, SCADA Equipment, Mechanical, and Site Grading as shown on the Plans and specified, fully ' operational. ' Original Contract Amount $933,000.00 Amount, Change Order No. 1 (5,000.00) Revised Contract Amount $928,000.00 D. EFFECT OF CHANGE ON CONTRACT TIME The change identified above has no effect on the original contract time. Pa~e 1 of 2 E. AGREEMENT By the signatures below of duly authorized agents, the City of Coppell, Texas and North Texas Municipal Construction Company, Inc., do hereby agree to append this Change Order No. 1 to the original contract between themselves dated January 9, 1996. City of Coppe!!, Texas North Texas Municipal Construction Company, Inc., Owner Co tor ~" Michael G. Daig~ Date: //~/~/ Date: January 22t 1996 Attest: .~~. Attest: ~ Vickie Coleman Page 2 of 2 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE -- THIS AGREEMENT is dated as of the 9th day of January. in the year 1996 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and North Texas Municipal Construction Company. Inc, (hereinafter called) CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This project is generally located at the intersection of Sandy Lake Road and MacArthur Boulevard. Cometion of the Village Parkway Pump Station Addition consisting of a 836 square foot building expansion, two new 250 Hp pumps and disinfection equipment. The work shall be as shown on the construction plans and shall consist of furnishing all labor, equipment, tools and incidentals necessary to complete the work, including but not limited to: excavation, backfills, pipe, disposal of waste material, etc., as described in the plans and specifications. _ The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: VILLAGE PARKWAY PUMP STATION ADDITION PROJECT NO. WA-9302 Article 2. ENGINEER. The Project has been designed by: Shimek, Jacobs & Finklea Consulting Engineers, Dallas, Texas. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME 3.1. The Work will be completed within the time specified by the Contractor in his proposal from the date when the Contract time commences to nm as provided in Item 1.13 of the General Provisions, and completed and ready for final payment in accordance with Item 1.51 of the General Provisions. 1-24 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of ' this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in the Contractor's proposal and in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. _ Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that liquidated damages is not considered as a penalty, but shall be deemed, taken and treated as reasonable damages on a daily basis. CONTRACTOR shall pay OWNER as specified in _ Item 1.36.1 LIQUIDATED DAMAGES of the General Provisions for each day that expires after the time specified in paragraph 3.1 for Completion until the Work is complete. -- Article 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contact sum shall be the amount of $933,000.00. The total _ tangible personal property cost items~,,corporated into the project - nontaxable) included in the contract sum is $ _ Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Item 1.5I of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. _ 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, on or about the 25th day of each month during construction as provided below. _ All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of -- values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the -- percentage indicated in Item 1.51.2 RETAINAGE of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52 ' of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 FINAL PAYMENT of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. Article 6. INTEREST No interest shall ever be due on late payments (see Item 1.51.4 of the General Provisions). -- 1-25 Article 7. CONTRACTOR'S REPRESENTATIONS In order to induce the OWNER to enter into this Agreement, the CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary -- Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination set forth in Item SC-1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may _ affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or fumishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the _ Contract Documents, including specifically the provisions of Item 1.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such -- purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on -- the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar ' information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 1.3 and 1.21 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the _ Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies -- that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. - Article 8. CONTRACTOR DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 24 thru 28, inclusive). 8.2. Exhibits to this agreement. I -26 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: General Provisions of the Standard Specifications for Public Works Construction, North Central Texas Council of Govemments (NCTCOG), latest addition. 8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 1-35 thin 1-40). 8.7. Specifications bearing the title: "Specifications and Contract Documents for the construction' of Village Parkway Pump Station Addition, City of coppelr'. 8.8. Drawings entitled: "Village Parkway Pump Station Addition". -' 8.9. The following listed and numbered addenda: , Addendum No. 1 dated December 14, 1995 Received -- Addendum No. 2 dated December 18, 1995 Received ]]~>,~,~. Addendum No. 3 dated Received .... -- 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and Contract Documents. (pages 1-12 thru 1-21) ' 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Item 1.37 and Item 1.38 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except _ as expressly noted otherwise above). The Contract Documents may only be mended, modified, or supplemented as provided in Items 1.37 and -- 1.38 of the General Provisions. Article 9. MISCELLANEOUS 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (expect to the extent that the effect of this restfiction may be limited by law), and unless specifically stated to the contrary in any written -- consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 1-27 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors. assigns and legal representatives in respect of all covenants. agreements and obligations contained in the Contract Documents. _ Article 10. OTHER PROVISIONS IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on January_ 9. 1996 Owner: City of Coppell Contractor: North Texas Municipal Construction Co., Inc. _ 255 Parkway Boulevard 5614 Dyer Street Michhel 'G. itDaicjre Title: /t/, ')/d't~ .') ., Title: President _ evidence of authority to sign.) 1-28 Bond No. CB 016368 PERFORMANCE BOND STATE OF TEXAS } } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That North Texas Municipal Construction Company, Inc. whose address is 5614 Dyer Street, Dallas, Texas 75206 , hereinafter called Principal, -- and National American Insurance Company , a corporation organized and existing under the laws of the State of Nebraska , and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF -- COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinat~er called "Beneficiary", in the penal sum of Nine Hundred Thirty-Three Thousand and no/100 DOLLARS ($ 933,000.00 ) -- in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or -- Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the 9th day of January_ A.D. 1996, which is made a part hereof by reference, for the construction of certain public improvements that are _ generally described as follows: Village Parkway Pump Station Addition Project No. WA-9302 Bid No. Ql195-02 ._ NOW, TltF~REFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract Documents during the original term thereof and any extension thereof which may be _ granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner, and, if the Principal shall _ fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FlIRTHEll, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. (Revised 9/92) 0: P ERFBOND. FRM/CP 1-29 AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Specifications accompanying the same shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton 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, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in five (571 copies, each one of which shall be deemed an original, this, the 1 61;h day of January , 19 96 , PRINCIPAL North Tex,~ M~nicipal nsm.~cti.~en Company, [~c.:. _ _ 9'~[~ Title: President Vickie Coleman S~ ATTEST: Nine: w~lliam D. ealdw~n ~([~f ~ &).___~ 5 ~ / Title: Attorney-in-Fact Debbie Smith ~e Resident Agent of the S~e~ in Dall~ Coun~ or Denton Count, Texas, for delive~ of notice and se~ice offfie process is: N~: william D. Baldwin S~ET ~D~SS: 1201 Kas Drive, Suite B, Richardson, IX 75081 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) (Revised 9/92) O: PERFBOND. FRM/CP 1-30 Bond No. CB 016368 PAYMENT BOND STATE OF TEXAS } } -- COUNTY OF DALLAS } _ KNOW ALL MEN BY THESE PRESENTS: That North Texas Municipal Construction Company, Inc. whose address is 5614 Dyer SWeet, Dallas, Texas 75206 - , hereinafter called Principal, and National American Insurance Company , a corporation organized and existing under the laws of the State of Nebraska , and fully -- licensed to transact business in the State of Texas, as Surety, are' held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafier called "Owner", and unto all persons, firms, and corporations who may furnish materials for, or perform labor .... upon the building or improvements hereinaf~er referred to in the penal sum of Nine Hundred Thirty-Three Thousand and no/100 DOLLARS ($ 933,000.00 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and -- truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the mount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or _ Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBHGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a _ certain Contract with the City of Coppeli, the Owner, dated the 9th day of January. ,1996 A.D., which is made a part hereof by reference, for the Village Parkway Pump Station Addition -- Project No. WA-9302 Bid No. Ql195-02 ~ NOW, THEREFORE, if the Principal shall we!i, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said -- Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. - PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. _ AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract, or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, _ and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. (Revised 9/92) 0.' PERFBOND. FRM/CP 1-31 The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton 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, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in five (5) copies, each one of which shall be deemed an original, this~ the 16th day of january , 19 96 , PRINCIPAL A~EST: Nine: Michael G. Daiqre Vickie Coleman S~ NAIIONAL AMERICAN INSURANCE COMPANY A~EST: Nine: William D. Baldwin . Debb~ Resident Agent of the Sure~ in Dallas Coun~ or Denton Count, Texas, for delive~ of notice and se~ice of~e process is: N~: Wjl]~am D. BaldWin S~ET ~D~SS: ]20] Kas Drlve, Sujte 8, Richardson, TX 7508] -- (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) (Revised 9/92) O: PERFBOND. FRM/CP 1-32 Bond No. CB 016368 MAINTENANCE BOND THE STATE OF TEXAS } } KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS } THAT North Texas Municipal Construction Company. Inc. . as Principal, and National American Insurance C0mD~nY , a Corporation organized under the laws of Nebraska , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of. Coppel l , a Municipal Corporation, Texas, the sum of Nine Hundred Thirty-Three Thousand Dollars and NO Cents ($933,000.00), for the payment of which sum will and u'uly be made tmtosaid City of ConDell , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said NORIH IEXAS MUNICIPAL CONSTRUCIION COMPANY, INC. has this day entered into a written contract ~ith the said City of Coppel 1 to build and consU~ct V i 11 ave Parkway Pump 5tart on Addition, Proj. No, WA-g302, Bid No, 01195-02 which contract and the plans and specifications therein mentioned, adopted by the are hereby expressly made a part thereof as through the same were written and embodied herein. IAritERJ~AS, under the plans, specifications, and contract, it is provided ~at the Contractor will maintain and keep in go<~t repair, ~e work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstructing in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the consRuction or any part thereof or any of the accessories thereto constructed by the Conlractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' pan to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation heroin to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS THEREOF, the said NORTH TEXAS MUNICIPAL CONSTRUCTION COMPANY, INC. has caused these presents to be executed by . .__ Michael G. Dai 9re and the said NATIONAL AMERICAN INSURANCE COMPANY has caused these presents to be executed by its' Attorney in fact and the said Attomey in fact William D. Baldwin , has hereunto set his hand, the 1S~h day of ,lan,ary ,19 q~i SURETY: PRINCIPAL: William D. Baldwt Attorney-in-Fact Mxchael G. D~~~/ ~chael G. Da~gre NOTE: Da~ of Mah~n~ce Bond must not ~ prior to ~te of Con~ct. l -33 ' NATIONAL AMERICAN INSURANCE COMPANY PowEr oF AttornEY OMAHA, NEBRASKA __ pRiNCipALNORTH TEXAS MUNICIPAL CONSTRUCTION COMPANY, INC. EFFECTIVE DATE 1/16/96 5614 Dyer Street Dallas TX 75206 /STREET ADDRESS) (CITY) ~S rATE) (ZIP CODE) CONTRACT AMOUNT Nine Hundred Thirty Three Thousand & No/100 AMOUNT OF BONDS_ 933,000.00 PowER No. CB 016368 KNOW ALl. MEN BY THESE PRESENTS: That the National American Insurance Company, a corporation duly organized under the laws of the State of Nebraska, having its principal office in the city of Chandler, Oklahoma. pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 8th day of July, 1987. to wit: "Resolved, that any officer of the ('ompany shall have authoritv to make, exectite and deliver a Power of Attorney constituting as Attorney-in-Fact, such persons, firms, or corporations as may be selected from time to time. Be It Further Resolved, that the signature of any officer ~nd the Seal of the Company may be affixed to an>' such Power of Attornev or __ any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and an>' such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future wilh respect to an>' bond or undertaking to which it is attached." National American Insurance Company do-.s hereby make, constitute and appoint WILLIAH D BADWIN,. SUZANNE C. BALDWIN:. ~ B. HILL, W.T. RAGSDALE, DON E. SMITH, RAY WATSON, OR WILLIAM L. RIDLEHOOVER State of TEXAS its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign. execute, acknowledge and deliver in its behalf, and its act and deed, as follows: The obligation of the Company shall not exceed one million ($1,000,000.00) dollars. And to bind National American Insurance Company thereby' as full>, and to the same extent as if such bond or undertaking was signed by the duly authorized ofhcer of the Natianal American Insurance Company, and all the acts of said Attorney(s) pursuant to the authorit>' herein given, are hereby ratified and confirmed. __ IN WITNESS WHEREOF, the Nalional American Insurance Company has caused lhese presents Io be signed by any officer of the Company and its Corporate Seal 1o be herelo affixed. NATIONAL AMERICAN INSURANCE COMPANY w. Brenl l,aC, ere. Chairman & Chief Executive Officer STATE OF OKLAHOMA ) SS: COUNTY OF LINCOLN ) On this 8th day of July, A.D. 1987, before me personally came W. Brent LaGere, to me known, who being by me duly sworn, did depose ._ and say; that he resides in the County of Lincoln, State of Oklahoma; that he is the Chairman and Chief Executive Officer of Ihe National American Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said cor- poration; that the seal affixed to the said instrument is such corporate seal; ihat it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. ,_ ~ Nolary Public My Commission Expires August 31. 1995 STATE OF OKLAHOMA ) SS: COUNTY OF LINCOLN) 1, the undersigned, Assistant Secretary of the National American Insurance Company, a Nebraska Corporation, DO HEREBY CER- TIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. Signed and Sealed al the Cily of Chandler. Dated the 16th day of January ,19 96 "'"' I WAUSAU Wausau Insuraace Companies - Certificate of Insurance NATIONWIDP INSURANCE GROUP Tlli to eeaify Ilmt the insuranc~ policies (d~eribed below by a policy number) wriU~n on forms in use by ~he company have becn issued. This certificate is not a policy or a binder of hunnee ~RI does not in any way alter, mend or extend the coverage afforded by any policy referred to herein. _ Name and Mailing Address of Insured NATGUN CORPORATION Producer No.: 2777 I1 TEAL ROAD Issuing Office: BOSTON MA WAKEFIELD MA 01880 Issuing Date: 2/2/96 Region: BOS Type of immrmuce c~Z Policy Number Policy ElIeaive Policy Expiration * * Unle88 othcrwise indicated, this poticy affords full coverage NO. Da~e (MO/DAJYR) Date (MO/DAIYR) mldcr thc Workers Compensation laws of all statue (cxccpt states Workers where coverage can be provided only by State Funds. and Can,~la) and a~ designated in the policy and eulorserne~nt~ for fold compo~uon** 1517-00-092466 2/1/96 2/1/97 ParlTwo(EmpIoyersLiability). 100/100/500 Liabili~ ;Limit~ In Thousands (000 omitted) Commercial General ~ General Aggregate t~bmty , 2 1527--00-092466 2/1/96 2/1/97 Product~&Comp./OpLAggregate $ 2,000, co~emml hehga or WAIVER OF Personal & Adveai~ing Injury $1,000, TmdZ (Sectioo n only) SUBROGATION ~ach Occu.~ee $ 1,000, [] C~ M~d¢ [] Oceaee ENDT. INCLUDED Fh~ Dm~ge (A~y One Fire) $ 50, Producl~- Completed Operations: [] Included [] Excluded Medical Expen~ (Any One Person) $ Owners &Contractors 23 Aggregate $ 2 , 0 0 0, _ P~o~fi~e 1526-15-092466 5/31/95 5/31/96 a~hoee..enee S 1,000, A~toLiability 1537-02-092466 2/1/96 2/1/97 Single Limit- Eaeh Accident $1,000, Bodily Injury [] All O~ned Autos Each Person $ [] Specified Auto~ Only Each Accident $ ] Hirod Auto~ Prope~y Dtnmge ] Nonowned Anto~ Each Accident Umbrella General Aggregate Liability ProduclMComp. Ops. Aggregate BI & PD Each Occurrence PenohM & Advertising Each Person Relention IF ANY POLICY DES RIBED ABOVE IS CANCELLED BY THE ISSUING C)MPANY DURING THE POLICY :AN wILL .A L NOT .CE ~R~DA~RB EFNFOENETPIAVYI~EDNTATEOFOFPSR~UCIHUMeA1TITHCEELLIASTSIUOINNGTOCO~m PARW .~:.n Slwclnl Proviioum/Loemtioum/SJ Autos: · ADDITIONAL INSURED: THE OWNER INCLUDING ALL AUTHORITIES BOARDS BUREAUS COMMISSIONS DIVISION DEPARTMENTS AND OFFICES OF THE OWNER AND NDIVIISUAL MEMI~ERS EMPLOYEES AND AGENTS T~EREOF IN THEIR OWN OFFICIAL CAPACITIES DYOR WHILE ACTING O~ BEHALF OF THE OWNER; AND THE ENGINEER, SHIMEK, JACOBS & FINKLEA. CITY OF COPPELL, VILLAGE PARKWAY GROUND STORAGE RESERVOIR NO. 2 PROJECT NO.: WA-9302, BID NO,: Q395-1 Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate my be issued or may pertain. the insurance afforded by the policy (policies) described above is subjea to all of the ternins, exclusions and conditions of such policy (policies) during the term(s) thereof. · The entry of a number in this colurnn means that the coverage *Issuing Company No.: 02 E1VIPLOYERS INSURANCE OF WAUSAU A Mutual Company is afforded by the company designated by the nine number. 03 WAUSAU UNDERIJYRITERS INSURANCE COMPANY Issued to: 15 WAUSAU BUSINESS INSURANCE COMPANY 07 WAUSAU GENERAL INSURANCE COMPANY SHIMEK JACOBS & FINKLEA 0~ WAUSAU LLOYDS ' 8333 DOUGLAS AVE #820 ( ) DALLAS TX 75225 ~OOUCE~ ~l~ * THIS CERTIFICATE IS ISSUE~AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON HE CERTIFICATE HOLDER. THIS CERTIFICATE C/O ~A~SAU ~S~CZ C0~ COMPANIES AFFORDING COVERAGE 20 ~0X 3020 LE~ER A ATHENA ASSU~CE C0~ .............. GOMPANY INSORED ~ ....... COMPANY C LE~ER NATG~ CO~O~TION COMPANY 11 T~ RO~ : ~SR D ~EFIELD ~ 01880 : : co~ E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NO~ITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SU~ECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID C~IMS, CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ' LIMITS ,TR DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ . . . . C~IMS MADE OCCUR. PERSONAL & ADV. INJURY $ OWNER'S & CON~ACTOR'S PROT, EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) t $ MED, ~ (~y ~ ~) $ AUTOMOBILE LIABILI~ ;COMBINED SINGLE :ANY AUTO ~ LIMIT $ ~ ......... ALL OWNED AUTOS ~BODILY INJURY ~SCHEDULED AUTOS :(Per ~mon) . ;HIRED AUTOS ~BODILY INJURY }NON~WNED AUTOS ~ (Per accident) , GARAGE LIABILI~ ~PROPER~ DAMAGE A XUMBRELMFORM 900B~181 2/1/96 2/1/97 AGGREGATE ~S 1,000,000 OTHER THAN UMBREL~ FORM : ~ STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT $ AND : - .... DISEASE--POLICY LIMIT $ EMPLOYERS' LIABILITY .... DISEASE--EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ~}:' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE SHIMEK JACOBS & FINKLEA }!!i!:, EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 8333 DOUGLAS AVE ~820 MAIL ~D DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE DALLAS TX 75225 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Wausau Insurance Companies - Certificate of Insurance NATIONWIDEtlNSURANCE GROUP This is to cartify that the in~urat~e polici~ (d~n'bcd b~low by a poli~' amber) written on forms in use by the company have bccn issued. This certificate is not a potiq or a binder of insurauca and do¢~ not in any way alter. mend or ex'~nd the coverage afforded by any policy r~fcrt~d to heroin. _ Name and Mailing Address of Insured NATGUN CORPORATION Producer No.: 2777 11 TEAL ROAD Issuing Office: BOSTON MA WAKEFIELD MA 01880 Issuing Date: 2/2/96 Region: BOS TyWm of Insurance C~). ~ Policy Numl~er Policy Effective Policy Expiration * * Unless othenvis¢ indicated, this policy affords full coveage NO. Dat® (]~IO/DA/YR) Date {IVIO/DA/YR) under the Workers Compensation laws of nil sutt~s (except slntea Workers where coverage can be provided only by State Funds. and Canada) and ns designated in the policy and endorsements for fold comp~,.tion** 3 1517-00-092466 2/1/96 2/1/97 PaftTwo(EatployersLiability). 100/100/500 ' LiabLlity Limits In Thousands (iNN} Commercial General ~ General Aggregate $ 2 u~mty , 1527-00-092466 2/1/96 2/1/97 Products&co=p./o~,.Aag=~to s 2,000, -- co==e,c;-m ack~se o, WAIVER OF pe~o~ s, Adv,aains ~j.ry S i, 000, T=ae,aark ~S~aon n o-~y) SUBROGATION Each occurrence [] Cqnkn, Mnde[] Octutica ENDT. INCLUDED Fir, Dnmnge(Any0neFim) $ 50, Products - Completed Chaernfions: [] Inclodex/ [] Excluded Medical Expense (Any One Person) $ 5 Ownets&.Contracton I 23 ] Aggrega~ $2~000~ Proav, 1526-15-092466 5/31/95 5/31/96 a~no~c~.~ca s 1,000, Auto Liability 1537--02--092466 2/1/96 2/1/97 SingI~Lintit'l~achA~cident $1,000, ' Bodily Injury [] All Owned Autos Each Person $ [] Specified Auto~ Only Each Accident $ ] Hired Auto~ Property Damage ] Nonowned Autos Each Accident $ Umbr~lh General Aggregate $ Liability Products/Comp. 0ps. Aggregate $ BI & PD Each O~urrence Personal & Advertising Each Person Retention $ IF ANY POLICY DES RIBED ABOVE IS CANCELLED BY THE ISSUING C,)MZPANY DURING THE POLICY SFeclal Pmvilous/Locat/ona/Spedfx~ Auto~ · ADDITIONAL INSURED: THE OWNER IHCLUDING ALL AUTHORITIES BOARDS BUREAUS COMMISSIONS DIVISION DEPARTMENTS AND OFFICES OF THE OWNER AND NDIVIISUAL MEMBERS ETIPLOYEES AND AGENTS TI~IEREOF IN THEIR OWN OFFTCIAL CAPACITIES AND~OR WHILE ACTING 0~I BEHALF OF THE OW~IER; LND THE ENGINEER, SHIMEK, JACOBS & FINKLEA. CITY OF COPPI~LL, VILLAGE PARKWAY GROUND gTOP,~C~. RI~gI~RVOTI~ N0. 2 PROJECT NO.: WA-9302. BID NO.: 0.395-1 Notwithstanding any tT, qttircm~t, term or condition of any contact or othcr document wilh reapcot to which this certificate may b¢ issued or may peain. the insurnnc~ afforded by policy (policica) d~cribcd above is subject to all of the terms, cxcltmioua and conditiou~ of auch policy f, polici~) during thc term(s) thereof. ·Thc ¢:atry ofa namb~r in this column means !l~t the caveage *Issuing Company No.: 02 E1VtPLOYERS INSUR./t. NCE OF WAUSAU A Mutual Company _ is afforded by the company dcaignat~i by the um~ amber. 03 WAUSAU UNDERWRITERS INSURANCE CO[VJ[PANY Issued to: 15 YVAUSAU BUSINESS INSURANCE COI~{PANY 07 WAUSAU GENERAL INSURANCE COMPANY SHIMEK JACOBS & FINKLEA 01 WAUSAU LLOYDS ' 8333 DOUGLAS AVE #820 ( DALLAS TX 75225 (S) 80-324 04-93 t ' ~thorized Company~epresen~tlve A(,,,(IRll. ,ssuE DATE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE COMPANIES AGENCY OF MA INC C/O WAUSAU INSURANCE COMPANY ' COMPANIES AFFORDING COVERAGE PO BOX 3020 BURLINGTON MA 01803 COMPANY LE'FFER A A~rI'IENA ASS~CE COIv[D~-iN'Y COMPANY ..................................................... LE'I'FER INSURED COMPANY LETTER C NATGUN CORPORATTON COMPANY D 11 TEAL ROAD LETTER WAKEFIELD MA 01880 i ;. COMPANY E LEI'I'ER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDD/YY) DATE (MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGG. $ CLAIMS MADE OCCUR. PERSONAL & ADV. INJURY $ OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED. EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE $ ANY AUTO LIMIT ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) _ , HIRED AUTOS BODILY INJURY · NON-OWNED AUTOS (Per accident) $ GARAGE LIABILITY -- PROPERTY DAMAGE $ ExceSs UAmLITY E~CH OCCU, R~E"_C,S. ,. $ !,,000,000 A .X UMBRELLAFORM 900BA3181 2/1/96 2/1/97 AGaREG~_~E_ ........ OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT AND DISEASE--POLICY LIMIT $ ..... EMPLOYERS' LIABILITY DISEASE--EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS :!;;! SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE SHIMEK JACOBS & FINKLEA !:':~ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 8333 DOUCLAS AVE #820 ~! MAIL ~{') DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE DALLAS TX 75225 ~:~:~LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ~!:~ LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. i:;,!AUTHORIZED REPRESE TAT E Al;ttltll, CERTIFICATE OF INSURANCE DATE,MM,DD,YY, 1-24-96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' JOHN A. MILLER & ASSOCIATES, INC. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 7214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth, TX 76111-021 4 COMPANIES AFFORDING COVERAGE -- COMPANY PHONE: (817)834-7111 FAX: (817)834-7115 A BITUMINOUS CASUALTY CORPORATION INSURED COMPANY CITY OF COPPELL B __ P. 0. Box 478 COMPANY Coppeq 1, TX 75019 c COMPANY _ D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS -- CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION CO TYPE OF INSURANCE POLICY NUMBER LIMITS LTR DATE (MM/DD/YY) DATE (MM/DD/YY) ' A GENERAL LIABILITY GENERAL AGGREGATE $1,000,000 COMMERCIAL GENERAL LIABILITY CLP 2260089 01/18/96 08/04/96 PRODUCTS-COMP/OPAGG $ CLAIMS MADE XX OCCUR PERSONAL&ADVINJURY $ ' XX OWNER'S&CONTPROT EACHOCCURRENCE $ "1,000,000 FIRE DAMAGE (Any one fire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY -- COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ ' OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS' LIABILITY EACH ACCIDENT $ THE PROPRIETOR/ INCL DISEASE - POLICY LIMIT $ ' PARTNERS/EXECUTIVE OFFICERS ARE: EXCL DISEASE - EACH EMPLOYEE $ OTHER SHIMEK, JACOBS & FINKLEA, CONSULTING ENGINEERS, 8333 DOUGLAS AVE. #820, DALLAS, TX 75225, ' ARE INCLUDED AS ADDITIONAL INSUREDS DESCRIPTION oF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS _ PROJECT: VILLAGE PARKWAY PUMP STATION ADDITIONS PROJECT #WA-9302; BID NO. Ql195-02 CONTRACTOR: NO_RTH TEXAS MUNICIPAL CONSTRUCTION COMPANY, INC., 5614 DYER ST., DALLAS, TX 75206 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF COPPELL EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL P. 0. BOX 478 30DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, _ COPPELL, TX 75019 BUT FAILURE T IL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ACORD 25-S (3/93) 3UT FA~3FANUR~~ ACORD CORPORATION 1993 -. AINIItlL CERTIFICATE OF INSURANCE DATE,M,DD,,> 1-24-96 JPRODUCER I THIS CERTIFICATE IS ISSUED AS A MATI'ER OF INFORMATION JOHN A MILLER & ASSOCIATES, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE · HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 7214 ! ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I Fort Worth, TX 76111-0214 ............ _coMp_AN~i_Es_,A_F~F_O, Bpi~NG_c_oy_E_R_A~E_ --J COMPANY PHONE: (817 )834-7111 FAX: (817)~834~-Z_11_5 ..... _A __BITU~IN_0~_S CASU_ALTY, CORPOR~T!ON _ INSURE=D COMPANY JCITY OF COPPELL B P. 0. Box 478 COMPANY Coppe11, TX 75019 ~ c , COMPANY ~ i D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS -- CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MM/DD/YY) LIMITS A GENE,AL UABlUT~ GENERAL AGGREGATE ' CLP 2260089 01/18/96 08/04/96 ; COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ ~1 CLAIMS MADE ~ OCCUR PERSONAL & ADV INJURY $ _ OwNER'S & CONT PROT EACH OCCURRENCE S ]., 000,000 , . q FIRE DAMAGE (Any one fire) $ i MED EXP (Any one person) $ AUTOMOBILE LIABILITY '7 ANY AUTO COMBINED SINGLE LIMIT $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ ~ HIRED AUTOS BODILY INJURY ~ NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ."'l i~ANY AUTO OTHER THAN AUTO ONLY: J EACH ACCIDENT $ . , AGGREGATE $ ~CESS LIABILITY ~ EACH OCCURRENCE $ J }~ UMsRELLA FORM ~, AGGREGATE i $ OTHER THAN UMBRELLA FORM ! ~ . $ WORKERS COMPENSATION AND ~ " L j STATUTORY LIMITS EMPLOYERS' LIABILITY I .... i ~'r ~ i i EACH ACCIDENT ' $ THE PROPRIETOR/ ~ INCL ! ~ , DISEASE - POLICY LIMIT ~ $ __ PARTNERS/EXECUTIVE J EXCL~ I DISEASE-EACH EMPLOYEE! $ OFFICERS ARE: , OTHER ~ ; J 5HIMEK, JACOBS & FINKLEA, CONSULTING ENGINEERS, 8333 'DOUGLA5 AVE. #820, DALLAS, TX 75225, ARE INCLUDED AS ADDITIONAL INSUREDS i ~ i ' DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS }PROJECT: VILLAGE PARKWAY PUMP STATION ADDTTIONS ' PROJECT #WA-9302; BID NO. Ql195-02 iCONTRACTOR: NORTH TEXAS MUNICIPAL C_ON__SI'BUC_T_!_O~_C_OMPAN_Y_,_IbI.C.._,_5.6_14 D.Y_F_2,_ST_._,_DALLAS_,._TX_7_5206_ i CERTIFICATE HOLDER CANCELLATION CITY OF COPPELL s, ouLD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL !P, 0, BOX 478 30 DAYS WRII'rEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, COPPELL, TX 75019 __ BUT FAILURE TO MAiL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KI UPON THE COMPANY, ITS AGENTS O__R REPRESENTATIVES___.~. AUTHORIZ R ESENTATIVE . ~ ~ JACORD 25-S (3/93) ATION 1993 AINIItlL CERTIFICATE OF INSURANCE DATE,MM,DD, , 1-24-96 JPT(;7_~c;RA THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE · MILLER & ASSOCIATES, INC. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P, 0, Box 72] 4 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth, TX 76111-0214 ............... __C.O_Mp_ANI~E_S~_A=FFORDING=C.O._VER__AGE_ COMPANY PHONE: (81 ~ 834~-Z111 _F_A_X_.:__(_817 )_834-~7J_J..5_ ........ A__ ...... B;TU_M!_N0US CASUALTY__CORPORAT~I_0N INSURED ; COMPANY CITY OF COPPELL B P. 0. Box 478 ~COMPANY Coppe11, TX 75019 i c ; COMPANY I ! D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTVVlTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co i TYPE OF INSURANCE j POLICY NUMBER ~ DATE (M!/JDD/YY) ( LTR ~ ~ , A ; ; J ',GENERA, AGgREGATE J q COMMERCiALGENERALUABiLiTy~ CLP 2260089 i 01/18/96 , 08/04/96~R~ODUCTS-COMP/OPAGG j S ] ~ PERSONAL & ADV INJURY $ i't N i ~ ; EACH OCCURRENCE S l_,000,000__._~ ' ; : FIRE DAMAGE (~y one fire) ~ $ i i MED EXP (Any one person) [ AU~TOMOBILE LIABILITY ~ i I ] ! COMBINED SINGLE LIMIT $ i__ ANY AUTO i ! ALL OWNED AUTOS ~ BODILY INJURY H,REo AUTOS I I BOD,LY ,N JURY I S NON-OWNEDAUTOS i (Per accident) ! GARAGE LIABILITY i ] " I ~ L AUTO ONLY- EA ACCIDENT ~ $ ANY AUTO ~ ! ~ OT~_EF~.T_H_AN A__U_T_O_?_N_~Y_:__,~ I EACH ACCIDENT ~ $ I q I ; AGGREGATE! $ __ ; ' EAC OCCU RENCE i EXCESS LIABILITY i : ) ~ EAC~ C___ ~RE] ......... i i AGGREGATE ~ $ UMBRELLA FORM ! [ $ i , OTHER THAN UMBRELLA FORM ! -- i i STATUTORY LIMITS WORKERS COMPENSATION AND , _ L EMPLOYERS' LIABILITY i EACH ACCIDENT ! S THE PROPmETO~ ~ INCL i i_DIS_E_~_S_E_-_rOLIC~,~!T___ !S PARTNERS/EXECUTIVE ~ ............ OFFICERS ARE: EXCL! ! DISEASE - EACH EMPLOYEE ! $ mOTHER I I SHIMEK, JACOBS & FINKLEA, CONSULTING ENGINEERS, 8333 DOUGLAS AVE, #820, DALLAS, TX 75225, . ARE INCLUDED AS ADD~TIONAL INSURED5 ~ ! m DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS PROJECT: VILLAGE PARKWAY PUMP STATION ADDITIONS '1 PROJECT #WA-9302; BID NO. Ql195-02 CONTRACTOR:NORTH TEXAS MUNICIPA~--C~N-~STRU~cj~I-~-bL~C~P-A~I~H~.~,-56.~l-4_Dy~E~-SI..~,~DALLAS-,~T~X~]-52~6~ CERTIFICATE HOLDER CANCELLATION ' CITY OF COPPELL s.ouLD ANY OF THE ABOVE DESCRIBED POLICIES aS CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL P. 0. BOX 478 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, COPPELL, TX 75019 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ~~~ ~- I_T.S AGENTS OR REPRESENTATIVES. AU R IV sak I ACORD 25-S (3/93) ION 1993 AI;tIItlL CERTIFICATE OF INSURANCE DATE<MM,DD, , 1-24-96 J P~O(~C;RA . THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ' MILLER & ASSOCIATES INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ~ HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 7214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. jFort Worth, TX 761 ] 1-02 ] 4 .............. C,c)_M_F~A_~!E_s_A_F_F_c)R_DiNG CO_V_ER~AGE COMPANY PHONE: (817)834-7111 FAX: _(817)834-71_1~5 ..... _A___~B._!T_U_M_IH_QU_S.___~_ASU_A_L~TY CORPORATZ0N. . _ jINSURED ;COMPANY CITY OF COPPELL B P. 0. Box 478 COMPANY Coppell, TX 75019 c COMPANY i D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. __ POLICY EFFECTIVE POLICY EXPIRATION CO TYPE OF INSURANCE POLICY NUMBER T LIMITS LTR DATE (MM/DD/YY) DATE (MM/DD/YY) 1 A GENERAL LIABILITY ~ CO~4MERC~ALGENERALL~AmLITY CLP 2260089 01/18/96 08/04/96 I GENERALAGGREGATE _$],OOQ, 00_0 ~ PRODUCTS-COMP/OP AGG J CLAIMS MADE [] OCCUR PERSONAL & ADV INJURY $ XX' OWNER'S&CONTPROT EACHOCCURRENCE S 1,000,000 FIRE DAMAGE (Any one fire) ~ NED EXP (Any one person) AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ ~t PROPERTY DAMAGE $ .... ~ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ __ AGGREGATE $ ] _EX;i~C EACH OCCURRENCE $ . RM AGGREGATE $ OTHER THAN UMBRELLA FORM . $ WORKERS COMPENSATION AND ~ _ " __ _~ STATUTORY LIMITS EMPLOYERS' LIABILITY EACH ACCIDENT ~ $ THE PROPRIETOR/ INCL DISEASE - POLICY 'LIMIT $ PARTNERS/EXECUTIVE . OFFICERS ARE: EXCL DISEASE- EACH EMPLOYEE $ OTHER ] ~ SHIMEK, JACOB5 & FINKLEA, CONSULTING ENGINEERS, 8333 DOUGLAS AVE. ~820, DALLAS, TX 75225, ARE INCLUDED AS ADDITIONAL INSUREDS ' DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS PROJECT:VILLAGE PARKWAY PUMP STATION ADDITIONS PROJECT #WA-9302; BID N0. Ql195-02 CONTRACTOR: NORTH TEXAS MUN I C I PA_L__C_0NjTRU_C/I_0/~_C_0~P_~HY_,__IHC.,_,_5_6_I 4 DX.EB,_SI.._,_DALLAS.,_l'X_7_5206_ CERTIFICATE HOLDER CANCELLATION CITY OF COPPELL sHouLD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE P. 0. BOX 478 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL COPPELL, TX 75019 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. sak ACORD 25-S 1993 I AI tlItlL CERTIFICATE OF INSURANCE DATE,MM,DD, YY, 1-24-96 IP~C;RA , THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MILLER & ASSOCIATES, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P, 0. Box 7214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort I~orl:h, TX 76111-0214 COMPANIES AFFORDING COVERAGE COMPANY PHONE: (817)834-7111 FAX: (817)_8__~.4--71_1__5 _ A ...... _B;TUMINOUS__CASUA~LTy.._.C_0p,_P..0_RATION INSURED COMPANY CITY OF COPPELL B P 0. Box 478 · COMPANY Coppell, TX 75019 c COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POUCY NUMBER POLICY EFFECT1 LICY EXPIRATION LIMITS LTR DATE (MM/DD/YY) DATE (MM~DD/YY) ~ GENERAL UABILITY GENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY CLP 2260089 01/18/96 08/04/96 PRODUCTS-COMP/OPAGG CLAIMS MACE [XX~ OCCUR F~ERSONAL & ADV INJURY $ OWNER'S & CONT PROT EACH OCCURRENCE $ ] -e 00.0_, 000 _ _ FIRE DAMAGE IAny one fire) $~' MED EXP (Any one person) $ ~AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE ! GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ ' WORKERS COMPENSATION AND STATUTORY LIMITS iEMPLOYERS' LIABILffY EACH ACCIDENT $ THE PROPRIETOR/ INCL DISEASE - POLICY~_IMIT $ PARTNERS/EXECUTIVE , OFFICERS ARE: EXCL' DISEASE - EACH EMPLOYEE $ OTHER 5HIMEK, JACOB5 & FINKLEA, CONSULTING ENGINEERS, 8333 DOUGLA5 AVE. ~/820, DALLAS, TX 75225, ARE INCLUDED AS ADDITIONAL INSURED5 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL fiEMS PROJECT: VILLAGE PARKt4AY PUMP STATION ADDITIONS -! PROJECT #1~A-9302; BID N0. Ql195-02 CONTRACTOR: NORTH TEXAS MUNICIPAL C0_~TS._T_B~C_T_I_0N C_0M P~H_Y_,jHC.._,_5_6_]~__D_Y_EP,_5_T_._,_DALLAS_,__TX_7_5206_ ~O~ CANCELLATION ' CITY OF COPPELL SHouLD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL P. 0. BOX 478 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, COPPELL, TX 75019 BUT FAILURE TO IL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY IN PON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZ EP SENTATIVE ~"~~_'T I ACORD 25-S {3/93) .... ION 199__ 3_ Al llltle i::,CERTIEICATE ! ' : 1-24-96 LEROO3C~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION N A. MILLER & ASSOCIATES, INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE · HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. O. BOX 7214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FT. WORTH, TX 76111-0214 COMPANIES AFFORDING COVERAGE L COMPANY PHONE: (817) 834-7111 FAX: (817) 834-7115 A BITUMINOUS CASUALTY CORPORATION 4SURED COMPANY L NORTH TEXAS MUNICIPAL CONSTRUCTION B COLONIAL CASUALTY INSURANCE COMPANY COMPANY, INC. COMPANY MARYLAND CASUALTY COMPANY 5614 DYER STREET C THIS 18 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD L INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION LIMffS TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDIYY) DATE (MM/DO/YY) GENERAL LIABILITY GENERAL AGGREGATE s 2,000,000 COMMERCIAL GENERAL LIABILITY PROOUCTS-COMP/OP AGG $ 2 , 000,000 cLA,MSMADE F'~ OCCUR CLP 2198765 08/04/95 08/04/96 PERSONAL&AOVI~URY S 1,000,000 OWNER*S & CONT PROT EACH OCCURRENCE S 1 , 000,000 FIRE DAMAGE (Any one fire) $ 50 , 000 MED EXP (A,,y e.. per.ms 5.000 AUTOMOBILE LIABILITY COMBINED S,NGLE UMIT S I, 000,000 ANY AUTO __ ALLOWNED AUTOS BODILY INJURY $ __ SCHEDULED AUTOS CAP 1816011 08/04/95 08/04/96 __ HIRED AUTOS BODILY Ill jURy NON-OWNED AUTOS (Per a~idenl) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO - OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ sxc~s UAB,Lnl EACH OCCURRENCE s 1.000. 000 U"SRELLAFOnM CUP 1790397 08/04/95 08/04/96 AGGREGATE S 1.000.000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION ANO -:, X ~ STATUTORYLIMITS EMPLOYERS' UABILITY WC 951544 08706/95 08/04/96 EAC, ACODENT s 1.000.000 THE PROPRIETOR/ f~ INCL DISEASE- POLICY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL DISEASE- EACH EMPLOYEE $ I , O0O, 000 OTHER POLICY LIMIT $ 928,000 IN TRANSIT $ 200,000 BUILDER'S RISK BINDER NO. T.B.D. 02/15/96 02/15/97 TEMP. STORAGE $ 200,000 DEDUCTIBLE $ 1,000 >ROjECT: VILLAGE'PARKWAY PUMP STATION ADDITIONS - PROJECT NO. WA-9302; BID NO. Ql195-02 H 0 K A NCLUDED AS ADDITIONAL INSURED 6N THE UMBRELLA POLICY· ~JAIVER OF SUBROGATION APPLIES TO GENERAL LIAB.. AUTO. UMBRELLA & WORKER'S COMPENSATION POLICIES EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL >. 0. Box 478 30DAYS WRI NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, ~ BUT FAILUR TO SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY IND PON THE COMPANY,,t.,-I::rS AGEN S OR REPRESENTATIVES. AUTHORIZED EP ENTATIVE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATrER OF INFORMATION JOHN A. MILLER & ASSOCIATE5, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' HOLDER. THIS CERTIFICATE DOES NOT AMEND, E~END OR P. O. BOX 7214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FT. WORTH, TX 76111-0214 COMPANIES AFFORDING COVERAGE COMPANY ' PHONE: (817) 834-7111 FAX: (817) 834-7115 A BITUNINOU5 CASUALTY CORPORATZON SURED - COMPANY NORTH TEXAS MUNICIPAL CONSTRUCTION B COLONIAL CASUALTY INSURANCE COMPANY ' COMPANY, INC. couP~,~ MARYLAND CASUALTY COMPANY 5614 DYER STREET C DALLAS. TX 75206 co.P~.v D THIS IS TO CERTIff THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NO~ITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSU~NCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SU~ECT TO ALL THE TERMS, ' EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CMIMS. ~PE OF INSURANCE POLICY NUMBER POLICY EFFEC~VE POLICY EXPIRA~ON LIMffS DATE (M~DD/Y~ DATE (M~ODRY) GENERAL malL~ GENE~L AGGREGATE $ C~MERCIAL GENE~L UABILI~ PRODUCTS-COMPIOP AGG $ 2 · 000 · 000 __ C~s,~DE ~ ~CUR CLP 2~98765 08/04/95 08/04/96 PER~NAL&ADVI~URY $ OWNER'S & CONT PROT ~CH ~CURRENCE $ ~, 000 t'000 FIREDA~GE(~yone~re) $ MED EXP (~y one ~mn) $ 5 t 0 0 0 A~)BILE LIABIL~ co.s,.B s. Nous u.,T $1,000,000 ~ A~O __ A~OWNED A~OS ~OILY INJURY __ SCHsDUusDA~Os CAP 1816011 08/04/95 08/04/96 __ HIRED A~OS BODILY I~URY $ N)-~NEO A~OS (Per a~ldenQ PROPER~ DAMAGE $ GA~QE LIABIL~ A~O ONLY - EA ACCIDENT $ __ ~YA~O -. OTHERTH~A~OONLY: '~' ::L'::'/: ";:= . "' ' EACH ACCIDENT AGGREGATE $ UCE~LIA81~ EACH~CURRENCE $ __ u.sReu~oR. CUP 1790397 08/04/95 08/04/96 ~OGREGATE S 1,000,000 OTHER TH~ UMBREL~ FORM ' $ WORKERS COMPENSA~ON AND ,~. STATUTORY LIMITS · , ' EMPLOYERS' UABIL~ -, T.E PRO..,ETO~ WC 951544 O82~/95 08/04/96 EACHACC,DE.T S 1,000,000 ::LJ OlSEASE-P~ICYLIMIT ' 1,000,000 PARTNER~EXEC~IVE , om6. ~ POLICY LIMIT $ 928,000 BUILDER'S RISK BINDER N0 T.B D 02/15/96 02/15/g7 IN TRANSIT $ 200,000 ' ' ' TE~P. STORAGE $ 200,000 DEDUCTIBLE $ 1,000 >ROJECT: VILLAGE'PARKWAY PU~P STATION ADDITI iNS - PROJECT N0. WA-9302; BID N0. Ql195-02 D A GN THE U~BRELLA POLICY. H 0 K A D T S ~A)VER 0F SUBROGATION APPLIES TO GENERAL LIAB.. AUTO. UMBRELLA & WORKER'S COMPENSATION POLICIES ~ITY 0F COPPELL S.OULO ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ~. 0, Box 478 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL :oppel1 TX 75019 30 DAYS WRI~EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LE~, E 9 BUT FAILURE T AlL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABIL~ OF ANY KI UPON THE COMPAN~ ~S A ENTS OR REPRESE~ATIVES. AUTHORIZ ESE~ATIVE L :T ...~~: DATE(MI~DO/YY} .__._~...._...~..~,,,.~.~.~,;...~- .~.~..,.~;,,~.~..,.~.,~;.~+.~,~.~.~:.,. ........ ' : 1-24-96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MA~ER OF INFORMATION JOHN A. H[LLER & ASSOCZATES, ZNC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' HOLDER. THIS CERTIFICATE DOES NOT AMEND, E~END OR P. O. BOX 72Z4 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FT. WORTH, TX 76111-0214 COMPANIES AFFORDING COVERAGE COMPANY -- PHONE: (817) 834-7111 FAX: (817) 834-7115 A BITUMINOUS CASUALTY CORPORATION ISUREO · COMPANY NORTH TEXAS HUNZC~PAL CONSTRUCTZ0N B COLONZAL CASUALTY ZNSURANCE COMPANY THIS IS TO CERTIff THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NO~ITHSTANDING ~Y REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER ~UMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSUR~CE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SU~ECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID C~IMS. POLICY EFFEC~VE POUCY ~PIRA~ON LIMffS ~PE OF IN$URANCE POLICY NUMBER DATE (M~DD/Y~ DATE OENERAL UABIL~ GENE~L AGGREGATE $ 2,0O0, COMMERCIAL GENE~L LIABIL~ PRODUCTS-COMPIOP AGG $ 2.0DO . 00O __ CMIMSMADE ~ ~CUR CLP 2198765 08/04/95 08/04/96 P.RSO.,L.,OV,.JURY ~ 1.000-000 __ OWNER'S & CO~ PROT EACH ~CURRENCE $ 1,000 FIRE D~AGE (~y one me) $ 50 ~ O00 MEO EXP (~y one ~rson) $ 5 , 000 A~OBILE LIABIL~ COMBINED SINGLE LIMIT $ 1,0001000 ~Y A~O __ ALL OWNED A~OS BODILYINJURY $ __ scHEou~so~Os CAP 18160Z~ 08/04/95 08/04/96 __ HIRED A~OS ~DILY I~URY $ NON-~EO A~OS (Per ~ldent) PROPER~ DAMAGE $ GARAGE LIABIL~ A~O ONLY - EA ACCIDENT $ __ ~A~O -. OTHERTH~A~OONLY: ':. :::':": ''?: · C. ' ~CH A~IDENT $ AGGREGATE $ EXCESS LIABIL~ EACH OCCURRENCE $ 1 , 000,000 UMBREL~FORM CUP 1790397 08/04/95 08/04/96 AGGREGATE $ Z )000 OTHER THAN UMBREL~ FORM ' $ WORKERS COMPENSA~ON AND -~, X ~ STATeDRY LIMITS ~' :'~ ~ . ' .M.~o,s.s'u,s,L= WC 951544 087~/95 08)b4/96 s~cHAcc,oE~ S i ,000,000 THEPROPRIETO~ ~ INCL DISEASE - POLICY LIMIT $ 1 }0001000 PARTNER~EXEC~IVE · OFFICERS ARE: EXCL DISEASE- EACH EMPEOYEE $ 11000 l O0O OT.~. POLICY LIMIT $ 928,000 BUILDER'S RISK BINDER N0. T.B.D. 02/15/96 02/15/97' IN TRANSIT $ 200,000 TEMP. STORAGE $ 200,000 , DEDUCTIBLE $ 1,000 ~ROJECT: VILLAGE'PARKWAY PUMP STATION ADDITIONS - PROJECT N0. WA-9302; BID N0. Ql195-02 D ~N THE UNBRELLA POLZCY. H 0 K A D T A S ~A~VER 0F SUBROGATZ0N APPLZE5 T0 GENERAL LZAB.. AUTO. UHBRELLA & ~0RKER'S COHPENSATZ0N POL]C~ES '. 0. Box 478 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL ;oppel1 TX 750 ~ 9 30 DAYs WR~EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ~ BUT FAILURE MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABIL~Y OF AN~ UPON THE COMPANY, ~S AGENTS OR REPRESE~ATIVES, AUTHORI ESE~ATIVE ~ . MNIItlL 'i: :CER i ,C'A'T *OF iNSURANC ! " E . Z!. DATE (MM, OO/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION __ JOHN A. MILLER &ASSOCIATES, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES HOT AMEND, EXTEND OR P. O. BOX 7214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FT. WORTH, TX 76111-0214 COMPANIES AFFORDING COVERAGE COMPANY ' PHONE: (817) 834-7111 FAX: (817) 834-7115 A BITUMINOUS CASUALTY CORPORATION SUREO ' COMPANY NORTH TEXAS MUNICIPAL CONSTRUCTION e COLONIAL CASUALTY INSURANCE COMPANY ' COMPANY, INC. COMPANY 5614 DYER STREET C MARYLAND CASUALTY COMPANY DALLAS, TX 75206 COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, -- EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM/DD/YY} DATE (MM/DD/YY) GE.sRALU. E,L~ GENE~LAGGREGATE $ 2,000,000 COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2 , 000 , 000 __ C~MSMADE ['~ OCCUR CLP 2198765 08/04/95 08/04/96 PERSONAL~ADV~NJURY $ 1,000,000 __ OWNER'S & CONT PROT EACH OCCURRENCE $ 1,000 ,'000 FIRE DAMAGE ~y o.o ,,o>s 50,000 MED EXP (Any one person) $ 5 q000 AUTOMOBILE LIABILITY N~AUTO COMmNEOSINOLEUM,T S i ,000,000 __ ALL OWNED AUTOS BODILYINJURY __ SCHEDULED AUTOS CAP .1816011 08/04/95 08/04/96 __ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS {Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ __ ANY AUTO - OTHER THAN AUTO ONLY: F, ACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE S I , 000,000 __ UMBRELLA FORM CUP 1790397 08/04/95 08/04/96 AGGREGATE $ 1,000 1000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND X EMPLOYERS' UABILITY "-- ' WC 951544 08206/95 08)b4/96 EACHACC,DENT S 1,000,000 THE PROPRIETOR/ ~ INCL~ DISEASE-POLICYUMIT $1:t000:1000 PARTNERSEXECUTIVE . OFFICERS ARE: EXCL DISEASE- EACH EMPLOYEE $ OT, ER POLICY LIMIT $ 928,000 BUILDER'S RISK BINDER NO. T.B D 02/15/96 02/15/97 + IN TRANSIT $ 200,000 · ' TEMP. STORAGE $ 200,000 DEDUCTIBLE $ 1,000 'ROjECT: VILLAGE'PARKWAY PUMP STATION ADDITIONS - PROJECT NO. WA-9302; BID NO. Q1195-02 AUTO & UMBRELLA POLICIE IAIVER OF SUBROGATION APPLIES TO GENERAL LIAR.. AUTO. UMBRELLA & WORKER'S COMPENSATION POLICIES [~IT~ OF c6PPEC[ S"OULD ANY OF THE ABOVE DESCRISEO POLICIES BE CANCELLED BEFORETHE '. 0. Box 478 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL _:oppel 1, TX 750 '} 9 30 DAYS WRII"rEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, L BUT FAILURE O MAIL ~UCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF A ~' I D UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES, AUTHORI D RESENTATIVE / 'i!=C'ER'i;i C"AT :OF, iNSURANC'E:ii :i:i: ~ ::~, ,~: . DATE (MM/OOIYY) :' .~ ' :' "" 1-24-96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION JOHN A. MILLER & ASSOCIATES, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. BOX 7214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FT. WORTH, TX 76111-0214 COMPANIES AFFORDING COVERAGE COMPANY ' PHONE: (817) 834-7111 FAX: (817) 834-7115 A BITUMINOUS CASUALTY CORPORATION ~,URED · COMPANY B COLONIAL CASUALTY INSURANCE COMPANY NORTH TEXAS MUNICIPAL CONSTRUCTION ' COMPANY, INC. COMPANY MARYLAND CASUALTY COMPANY 5614 DYER STREET c DALLAS, TX 75206 COMPANY I D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, -- EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 3 TYPE OF INSURANCE I POLICY NUMBER POUCY EFFECTIVE POLICY EXPIRATION I UMffS ~ m'R DATE (MM/DDIYY) DATE (MM/OOrYY) GENERAL LIABILITY GENERAL AGGREGATE $ 2 · 000,000 X X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2 ,. 000 · 000 ,rt ;"'7 I CLAIMS MADE I'~ OCCUR CLP 2198765 08/04/95 08/04/96 PERSONAL&ADVINJURY $ 1,000 tO00 OWNER'S & CONT PROT EACH OCCURRENCE $ 1 · 000 t'000 ' FIRE DAMAGE (Any one fire) $ 50 · 000 MEOEXP(AnyonepeP,_on) $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 11000 , 000 _ X) ~NYAUTO ALL OWNED AUTOS BODiLy INJURY $ SCHEDULED AUTOS CAP 1816011 08/04/95 08/04/96 A X) HIRED AUTOS BODiLy INJURY $ ' X) NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ __ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO -. OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ ' EXCESS LIABILITY EACH OCCURRENCE S 1,000,000 XXt UMBRELLA FORM CUP 1790397 08/04/95 08/04/96 AGGREGATE $1,000,000 OTHER THAN UMBRELLA FORM $ -- WORKERS COMPENSATION AND -~, X ~ STATUTORY LIMITS · EMPLOYERS' UABILITY WC 951544 08206/95 08/b4/96 EAcHACC,DENT $ 1,000,000 THE PROPRIETOR/ ~ INCL DISEASE - POLICY LIMIT $ 1 )000 1000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL DISEASE* EACH EMPLOYEE $ 1 , 000 11000 ' OTHER POLICY LIMIT $ 928,000 IN TRANSIT $ 200,000 U BUILDER'S RISK BINDER NO. T.B.D. 02/15/96 02/15/97 TEMP. STORAGE $ 200,000 - DEDUCTIBLE $ 1,000 ~ 'ROJECT: VILLAGE'PARKWAY PUMP STATION ADDITIONS - PROJECT NO. WA-9302; BID NO. Ql195-02 L~ERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED ON THE GEM. LIAB AUTO & UMBRELLA POLICIE:. D A NGINEER, SHIMEK, JACOBS & FINKLEA, IS INCLUDED AS A DITION L INSURED'6N THE UMBRELLA POLICY. !AIVER OF SUBROGATION APPLIES TO GENERAL LIAB.· AUTO. UMBRELLA & WORKER'S COMPENSATION POLICIES ICITY OF COPPELL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 0. Box 478 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. · oppel 1, TX 75019 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY L , OF AN ~f~N2) UPON THE COMPANY ITS DENTS OR REPRESENTATIVES· ' " §3' .__,1 s PRODUCER I THIS CERTIFICATE IS ISSUED AS A MA'F!'ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Stifling Cooke Texas· Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 15660 Dallas Parkway, Suite 410 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lock Box 41 i COMPANIES AFFORDING COVERAGE Dallas, TX 75248 i COMpANy tA CLARENDON NATI~ONAL INS CO INSURED ' COMPANY North Texas Municipal 8 Construction Company, Inc. COMPANY 5614 Dyerst C THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. . -- DATE (MM/DD/YY) j I p Y POLICY EFFECTIVE OLIC EXPIRATION ~ CO TYPE OF INSURANCE POLICY NUMBER LIMITS LTR I DATE (MM/DD/YY) GENERAL LIABILITY ~ GENERAL AGGREGATE $ COMMERCIAL GENERAL UABILITY PRODUCTS - COMp/Op AGG $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ ~ FIRE DAMAGE (Any one fire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY ~ (Per person) $ SCHEDULED AUTOS HIRED AUTOS i BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ A WORKERSCOMPENSATIONAND aCTGCOO28aOa96 08/03/2~6 08/03/.1~97 ~ T~iAM~'Y'Z3[ EMPLOYERS' LIABILITY EL EACH ACCIDENT $ 50000 THE PROPRIETOR/ ~ INCL EL DISEASE - POUCY LIMIT $ 50000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE - EA EMPLOYEE $ 50000 OTHER DESCRIPTION OF OPERA~ONSILOCAHONSNEHICLESISPECIAL ITEMS Waiver o£ Subrogation Endorsement is added to this policy in £avor of the Certificate Holder. Village Parkway Pump Station Addn Project. #WA9302 Bid #011 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE city of Coppell EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL PO BoX 4 78 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Coppell · TX 75019 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY PRODUCER 2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Starling Cooke Texas, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5400 LBJ Freeway, Ste 880 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas, TX 75240 COMPANIES AFFORDING COVERAGE COMPANY A CLARENDON NATIONAL INS CO INSURED COMPANY NorCh Texas Municipal B Construction Company, Inc. COMPANY 5614 Dyerst C Dallas, TX 75206 COMPANY I NORTO3 D THiS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION CO TYPE OF INSURANCE POLICY NUMBER LIMIT~ LTR DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPAGG $ :!!ii;:!ii:!iiiI c~'Ms MADE i"] OCCU. PE.~O~L & ADV ,N JURY OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED EXP (Any one person) $ AUTOMOBILE UABILITY COMBINED SINGLE UMIT $ ANY AUTO ALL OWNED AUTOS BODiLy INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILy INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABIUTY a-UTO ONLY - EA ACCIDENT $ EACH ACCIDENT $ AGGREGATE $ EXCESS LIABIUTY i EACH OCCURRENCE $ AGGREGATE UMBRELLA FORM ~ '~T~ $ OTHER THAN UMBRELLA FORM $ A WORKERSCOMPENSATIONAND 8CT;COO2SSOS97 ~0S/199l 01/01/1998 I ~L~I~I l%~' EMPLOYERS' UABIUTY EACH ACCIDENT $ 1000000 THE PROPRIETOR/ ~ ~X~LL ~] ~ DISEASE- POUCY UMIT $ 1000000 PARTNERS/EXECUTIVE OFFICERS ARE: EL DISEASE- EA EMPLOYEE S 1000000 OTHER ~ J SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CtC]F of Coppell EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL P. 0. BOX 4 78 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Coppei1, TZ 75019 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABILITY OF ~I~KIND_ UPg~I THE ~ql~l~4,NY, 4~;ieje~iiiZ~i,~OR ,j~EPRESENTATIVESo ACORD, CERTIFICFE OF LIABILITY INSU, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 'Baldwin Ins &Bonding Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1201 Kas Drive, Suite B ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. :Richardson TX 75081 COMPANIES AFFORDING COVERAGE William Baldwin COMPANY Phone No. 972-644--2688 Fax No. 972-644--8035 A Bituminous Insurance INSURED COMPANY B United National Insurance Co. COMPANY North Tx Municipal Constr. Co. C Clarendon National Ins. Co. 5614 Dyer St COMPANY Dallas TX 75206 D COVERAGES THIS IS TO CERqlFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCPJBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFEClqVE POLICY EXPIRATION LIMITS LTR DATE (MMIDD/YY) DATE (MMIDD/YY) GENERA!. LIABIIJTY GENERAL AGGREGATE $ 2000000 A X COMMERCIAL GENERAL LIABILITY CLP2296693 08/04/97 01/01/98 PRODUCTS-COMPIOPAGG $1000000 IcLA'MsMADE I~ occur PERSONAL&ADVINJURY $ 1000000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000 FIRE DAMAGE (Any one fire) $ 50000 MED EXP (Any one person) $ 5000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000 A X ANY AUTO CAP2506271 08/04/97 01/01/98 ALL OWNED AUTOS BODiLy INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 2000000 B X UMBRELLA FORM XUXG18839003 08/03/97 01/01/98 AGGREGATE $ 2000000 OTHER THAN UMBRELLA FORM $ woRKERs COMPENSA O. A.D I EMPLOYERS' LIABILITY EL EACH ACCIDENT $ 1000000 C THE PROPRIETOR/ '~ INCL SCTGC002880198 08/03/97 i 01/01/98 EL DISEASE - POLICY LIMIT ~ 1000000 PARTNERSIEXECUqlVE OFFICERS ARE: EXCL EL DISEASE - EA EMPLOYEE 1000000 OTHER DESCRIPlqON OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS Cert Holder is an addl insured as respects Genl & Auto Liab Waiver of CERTIFICATE HOLDER CANCELLATION CITYC-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRAllON DATE THEREOF, THE ISSUING COMPANY WqLL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOllCE TO THE CERllFICATE HOLDER NAMED TO THE LEFT, City Of Coppell BUT FAILURE TO MAIL SUCH NOlqCE SHALL IMPOSE NO OBLIGATION OR LIABILITY P O Box 478 Coppell TX 75019 OF YKI~DU4~NPONTHE O~M~~T,MPNY,~RESENTAT1VES. ACORD 25-S (1/95) ©ACORD CORPORATION 1988 IMPORTANT NOTICE TO OBTAIN INFORMATION OR. MAKE A (~OMPLAINT: 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 1491O4 AUSTIN, TX 78714-9104 : FAX # (513) 475-1771 - PREMIUM OR CLAIM DISPUTES: -- SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR 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. ~ F.1~.O32B {9/92| ,__ Al;ttltlt. CERTIFICATE OF INSURANCE DATE,MM, Do, Y, ................................... 01/22/96 ~ROOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION JOHN A. MILLER & A550CIATES, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE -- HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. BOX 7214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FT. WORTH, TX 76111-0214 COMPANIES AFFORDING COVERAGE COMPANY - PHONE: (817) 834-7111 FAX: (817) 834-7115 A BITUMINOUS CASUALTY CORPORATION SURED COMPANY NORTH TEXAS MUNICIPAL CONSTRUCTION B COLONIAL CASUALTY INSURANCE COMPANY - COMPANY, INC. COMPANY ,5614 DYER STREET C MARYLAND CASUALTY COMPANY DALLAS, TX 75206 COMPANY THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, -- EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM/DDIYY) DATE (MM/DOIYY) GENERAL LIABILITY GENERAL AGGREGATE S 2,000,000 COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2,000,000 CL~,MSMADE I'~ OCCUR CLP 2198765 08/04/95 08/04/96 PERSONAL&ADV~NJURY S 1,000,000 __ OWNER'S&CONTPROT* CLP 2260089 01/18/96 08/04/96 EACH OCCURRENCE $ 1,000,'000 nnE O,,,MAGE <A,y o,, ,,~1s50,000 ~O.C.P. LIMITS $1.000,000 PER 0CC./$1.000.000 AESREGATE MEO EXP (Any one person) $ 51000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO __ ALL OWNED AUTOS BODILY INJURY __ SCHEDULED AUTOS CAP 1816011 08/04/95 08/04/96 (Per person) $ __ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO - OTHER THAN AUTO ONLY: __ , EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE 1,000,000 __ UMBRELLA FORM CUP 1790397 08/04/95 08/04/96 AGGREGATE S 1,000,000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND:;;L -- X I STATUTORY LIMITS EMPLOYERS' LIABILITY _ '- THE PROPRIETOR/ WC 951544 08/06/95 08/04/96 EACH ACCIDENT $ 1,000,000 PARTNERS/EXECUTIVE ~ DISEASE- POLICY LIMIT $ 1 , 000 ~, 000 OFFICERS ARE: DISEASE- EACH EMPLOYEE $ 1 ~ 000 } 000 OTHER POLICY LIMIT $ 928,000 BUILDER'S RISK BINDER NO. TBD 02/15/96 02/15/97 IN TRANSIT $ 200,000 TEMP. STORAGE $ 200,000 IDEDIICTTRI F $ 1 ESCRIPTION OF OPERATIONStLOCATIONB/VEHICLES/SPECIAL ITEMS CERTI FI CATE HOLDER I S INCLUDED AS ADDITI 0NAL INSURED ON THE GENERAL LIABILITY, AUTOMOBILE AND UMBRELLA POLICIES. WAIVER OF SUBROGATION APPLIES TO THESE ICIES AND THE WORKER'S COMPENSATION POLICY. PROJECT: VILLAGE PARKWAY PUMP STATION ADDMS. >_.ROjECT N0. WA-9302 - BID N0. Ql195-02 ~RT!F :! ' ' ",': ::: :':': CANCELLATION ' I~AT.EHOLDER ,,,:: ~ ~::,.~:~,,, ,.:::: ! : :,, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF COPPELL EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL P. 0. BOX 478 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, i__ COPPELL, TEXAS 75019 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY · K] UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. · - T O I N 1993 ': CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS T!:IF~SE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF TH'E STANDARD SPECH~ICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH __ CENTRAL TEXAS, LATEST ADDITION, PREPARED BY TIE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL - PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. ITEM 1.0 - DEFINITIONS SC-I.0 Engineer: The word "Engineer" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 478, Coppelt, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Shop Drawings: Add the following language after the second reference to CONTRACTOR: "after his review and approval of same". Calendar Day: Add the following sentence to the end of the working days definition: Hours worked before 8:00 a.m. a_Qer 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request must be made in writing and approved by the City of Coppelt. Seventy-two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 1.15 - SURETY BONDS SC-1.15 Add following seinenee to Item 1.15 (A): "Maintenance Bond shall be required in the amount of the cost of the public improvements for a 2 year period." 1-34 supplementary Conditions of the Agreement ITEM 1.16 - NOTICE TO PROCEE.D SC-1.16 " Add following sentence to end of Item 1.16. Before Contractor starts the Work at the site, a conference artended by Contractor, Engineer and others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and 1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for _- Payment, and to establish a working understanding among the parties as to the Work. ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS "' SC-1.19 Add the following language at the end of the Item 1.19: "If there is any conflict between the provisions of ,_ the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." ITEM 1.20. - CORRELATION AND INTENT OF DOCUM2ENTS SC-1.20.1 Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the following to the end of Item 1.20.1: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: Gee ,- Consulting, Inc., Dallas, Texas, Report No. C-94-0102 The Contractor may take borings at the site to satisfy himself as to subsurface conditions." SC-1.20.5 ,_. Add the following new Item 1.20.5 immediately after Item 1.20.4: 1.20.5 Existing Utilities and Sewer Lines: The Contractor shall be responsible for the protection of all ,- existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost · --- and expense. If it is necessary to change or move the property of any owner or of a public utility, such "' property shall not be moved or interfered with until authorized by the ENGINEER. The fight is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the "' performance of this contract. 1-35 Supplementat3.' Conditions of the Agreement ITEM 1.22 - CONTRACTORS RESPONSIBILITIES SC-1.22.5 Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor". ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC-1.24.2.1 Add the following new Item 1.24.2.1 immediately after Item 1.24.2: _ 1.24.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall prompfiy attempt to settle - with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising direcfiy, indirectly or consequentially out of any action, legal or equitable, brought by any separate - Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the ' performance of work be any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, EN6INEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting _ Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time __ attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, _ disruption, interference or hindrance caused by any separate Contractor." ITEM 1.26 - INSURANCE SC-1.26.6 Add the following new item: 1.26.6 If OWNER requests in writing that other special insurance be included in the proper13, insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR. 1-36 Supplementary Conditions of the Agreement SC-1.26.7 Add the following new item: 1.26.7 CONrlI~CTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties insured and provide coverage for all losses and damages caused by the perils covered - thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any -- Subcontractor, CONTRACTOR will obtain the same. 1TEM 1.27 - MATERIALS AND WORKMANSItlP~ WAIIRANT~S AND (~UARANTEES SC-1.27.4 Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years". ITEM 1.32- WORKING AREA~ COORDINATION WITit OTF[F~R CONTRACTOR& FINAL CLEANUP SC-1.32.1 Delete Item 1.32.1 in its entirety and insert the following in lieu thereof: "Vertical control has been established as shown on the construction plans. Horizontal control can be established from existing inlets, street intersections or other utilities indicated on the construction plans. The Contractor shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades _ established by the Contractor to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and the lines and grades given therein." ITEM 1.33 - OTItER CONTRACTORSt OBLIGATION TO COOPERATE SC-1.33 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract price shall be due --- the Contractor." Insert the following sentence at the end of the second paragraph of Item 1.33: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR for such related work except as provided in Item 1.36." 1 - 3 7 SupplementaD;' Conditions of the Agreement ITEM 1.36 - DELAYSi EXTENSION OF TIMEi LIQUIDATED DAMAGES SC-1.36 Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." ITEM 1.37 - CItANGE OR MODIFICATION OF CONTRACt -- SC-1.37 1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except of Provided below." Add the following sentence to the end of paragraph two in Item 1.37.1. "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: ITEM 1.49. - OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC-1.49-2 Replace Item 1.49.2 with the following new paragraph: -- 1.49.2 Conflict bflnterest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any _ contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such _ stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the --- knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor. ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES SC-1.58 Delete Item 1.58 and substitute the following in lieu thereof: 1.58 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code coveting tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City-owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property which will be incorporated into and become pan of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such 1-38 supplementary Conditions of the Agreement items are purchased. The contractor then receives an exemption certificate from the City for those materials. (This procedure may not be used, however, for materials which do not become a pan of the finished product. For example, equipment rentals, from materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials which are to be incorporated into the project. The successful bidders bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1 ) materials incorporated into the project; and 2) labor, equipment, supminion and materials not incorporated into the project. 1-39 Supplementary Conditions of the Agreement _ SECTION 2 SPECIFIC PROJECT REQUIREMENTS SECTION 2 - SPECIFIC PROJECT REQUIREMENTS The construction specifications which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas with latest Amendments prepared through the North Central Tens _ Council of Govemments (CO.G.). The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the N.C.T.C.O.G. Standard Specifications are contained in Section _ 3 - Special Provisions to Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. 2-2 SECTION 2 - SPECIFIC PROJECT REQUIREMENTS 2.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O. Box 478, - Coppell, Texas 57019. 2.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of -- Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. -- 2.3 CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be done in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the Standard Specifications for Construction ' for the City of Coppell, Texas shall apply. 2.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the project site. 2.5 PROJECT DESCRIPTION: This Contract consists of the construction of the Village Parkway Pump Station Addition, as shown in the construction plans CvVA-9302). _ 2.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis of the definition set out in the General Conditions of Agreement. The calendar day count shall be suspended upon receipt by the Engineer of a written request for final inspection. The calendar day count shall resume upon receipt by the Contractor of a written list of items necessary to satisfactorily complete the project. This process shall continue until such time as the project is accepted by the Engineer, and the Owner. The calendar day count will not be suspended or otherwise affected by use of completed portions or "substantial completion" of any of the project. 2.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 2.8 SOIL INVESTIGATION: A geotechnical investigation report has recently been prepared by Gee Consultants, Inc., for the construction of the Village Parkway Ground Storage Reservoir No. 2. This report is available for review at the offices of Shimek, Jacobs & Finklea, or can be purchased for the cost of reproduction. Please note the Geotechnical Investigation was prepared specifically for the adjacent Ground Storage Tank project rather than this project, and is provided only for the convenience of the Coreractor. The Contractor shall visit the site and acquaint himself with the site conditions. 2.9 SURVEY AND FINIS!lED GRADES: The Contractor shall be responsible for installation of the water lines to plus or minus 0. 1 O-foot of the elevations shown on the construction plans. 2-3 Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered _ incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. - 2.10 CONFORMITY WITtl DRAWINGS: All work shall conform to the lin~s, grades, cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. 2.11 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 2.12 PRESERVATION OF TREES: Permission of the Engineer mu.,,st be obtained for removal of trees on the property that. obstruct the installation of the improvements as outlined in this project. Penalty for destruction of a tree without permi.qsion shall be $500.00 each payable to the Owner. If damage is continuous, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. 2.13 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be fumished irrespective of the mount of - work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the -- subcontractor at all times during construction. 2.14 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all - warning devices and take all precautionary measures required bylaw to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. No separate compensation will be paid to the Contractor for the installation or ' maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or properly. The Contractor shall assume all duties owned by the City of Coppelt to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractors responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been accepted. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by failing to fi~rnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and properly, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. - In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, 'signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the Engineer may -- order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental ' and shall not be separate pay item. 2.15 EXISTING UTILITIES, STRUCTURES ANI) OTIER PROPERTY: a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. b. After commencing the work use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. c. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items which may be encountered during the ' work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. ' d. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall settle in total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, ._ replacements and construction with the appropriate utility company. 2.16 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 2.17 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 2.18 CLEANUP: During Construction. The contractor shall at all times keep the job site as flee from all material, debris -- and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project. - Final. Upon completion of the work the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly dean all equipment and materials installed by him and shall ' deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. 2.19 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owners agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. _ Contract time by workday, Monday to Friday 8:00 a.m. to 5:00 p.m.; hours worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays is subject to overtime. Overtime request must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All overtime incurred _ by the City for inspection services shall be paid by the Contractor. Such cost may be deducted from partial payments, if payment not made by Contractor. - 2.20 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a pre'hminary to the construction shall be removed from the property. Any required burning and disposal permits shall be the sole responsibility of the Contractor. All excavated emh in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner. 2.21 WATER FOR CONSTRUCTION: The City shall make available water to the Contractor. The Contractor shall obtain a temporary meter from the City. 2.22 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. - SECTION 3 SPECIAL PROVISION TO STANDARD SPECIFICATIONS FOR CONSTRUCTION SPECIAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -- These Special Provisions, modify, or supplement the Standard Consmtction Specifications of the North Central Texas Standard Specifications. All provisions which are not so modified or supplemented remain in full force and effect, except payment shall be as established in Section 1 entitlext "Proposal and Bid -- Schedule". PART H: MATERIALS - DIVISION 2 ITEM 2.1.5. TRENCH BACKFILL: (b) Types "B" and "C" -- (4) Additional Requirements (B) Additional Requirements for Type "C" backfill when used in streets: Insert ' the following paragraph at the beginning of this subsection: "All trench backfill shall be compacted to between 95 percent and 100 percent of _ Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting _ may be used ~ with specific written permission of the Engineer." ITEM 2.1.6. RIPRAP OR STONE MASONRY: (b) Materials and Dimensions - (4) Mortar Riprap. Add thesentence: Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387-83. ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS: (a) General: Amend the first sentence, by striking the words "requirements for earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be approved by the Engineer". (b) Earth Bedding: Add the following sentence at the beginning of this paragraph: "Earth bedding will not be permitted without written approval of _ the Engineer." 3-2 ITEM 2.2.2. CHEMICAL ADMIXTURES: (d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. PART HI DMSION 3 - SITE PREPARATION ITEM 3.1.2. CONSTRUCTION METHODS: -- Add the following sentence after the second sentence: The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer. ITEM 3.7.3. DENSITY: Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." PART IV: DMSION 4 - SUBBASE AND BASE COURSES ITEM 4.8.4. CONSTRUCTION METHODS: (b) Compaction Amend the last sentence of the first paragraph, by striking the words: "90 percent of the maximum dry density of such material." and replace with the words "95 percent of the maximum dry density of such material, or as directed by Engineer. PART V: DMSION 5 - PAVEMENT AND SURFACE COURSES ITEM 5.8.2. CONSTRUCTION METHODS (e) Joints _ (1) Expansion Joints: Delete the first paragraph and replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood -- boards, 3/4-inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 3-3 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer. (C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer". (2) Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to 1-1/4 inches -- in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the Engineer." Joint shall be filled with silicone joint material to within - 1/4-inch of pavement surface. (h) Finishing. (1) Machine. Add the following paragraph at the end of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of fireshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." (2) Hand. Add a new paragraph after fast paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire _ area of fleshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." PART VI: DIVISION 6 - tINDERGROUND CONDUIT CONSTRUCTION -- ITEM 6.2.9. BACKFILL: Co) compaction. (2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." SECTION 4 DESCRIPTION OF PAY ITEMS SECTION 4 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the contractor can fully understand the _ scope of work involved in the Pay Items. 1. Construction No Pay Items: ' All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) any curb, ' gutter or valley gutter replacement necessitated by removal or damage during ~mstruction, (b) removal and replacement of any sign,% (c) any blocking necessary for change in pipe direction, (d) any concrete encasement~ (e) any relocation or reconnection of existing fire hydrants, (f) old valve removal. 2. Construction Pay Items: - Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs of the North Central Texas Council of Governments "Standard Specifications for Public Works Construction", unless modified by these special provisions. 2.1 Pay Item #1 - Village Parkway Pump Station Addition: _ This item consist of furnishing all labor, tools, materials and equipment for the construction of the 83i5 square foot Pump Station Expansion including the building foundation, piping, plumbing, walls, roofing, new roof on the existing pump station, pumps, motors, valves, - concrete, electrical equipment, painting, fence repairs, site grading and all other appurtenances associated with the pump station expansion. - This item shall include an Equipment Bid Allowance of $40,000 for the proposed pumps and motors as set forth in Section SC.35 of the Special Conditions. - Measurement and payment shall be made on the basis of the bid price per lump sum (L.S.) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work. 2.2 Pay Item #1 - Disinfection System Improvements: _ This item includes all work and materials required for the installation of the proposed disinfection system including the packaged chlorine and ammonia rooms and scrubbers, chloramine analyzer at both the Village Parkway Pump Station and the Elevated Storage -- Tank site, all piping, control valves, vaults, screening walls, electrical, plumbing and SCADA modifications required to complete the installation in all respects. - Measurement and payment shall be made on the basis of the bid price per lump sum (L.S.) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work. 2.3 Pay Item #3 - Relocation of Existing 4160 V Service Duct: This item consist of investigating the location of the existing 4160 V service duct undemeath -- the proposed pump station expansion. If conflict exist between the existing service duct and the proposed improvements, and at the direction of the City, relocate the service duct as described on Sheet No. E1 of the construction plans. Service shall be continuous during ' construction of this project. Measurement and payment shall be made on the basis of the bid price per lump sum (L.S.) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work. 2.4 Pay Item ~4 - Furnishing and Installing Extra Class "A' Reinforced Concrete: This item is for furnishing and placing extra Class "A" concrete not called for on the plans. ' This item is only to be used at the written direction of the City of Coppell and is included to provide for contingencies not anticipated in the plans. Measurement and payment shall be made on the basis of the bid price per cubic yard (C.Y.) and shall be the total compensation for furnishing all labor, materials and equipment _ necessary to complete the work. 2.5 Pay Item # 5 - Furnishing and Installing Extra Class "C" Concrete: ' This item is for furnishing and placing extra Class "C" concrete not called for on the plans. This item is only to be used at the written direction of the City of Coppell and is included to provide for contingencies not anticipated in the plans. Measurement and payment shall be made on the basis of the bid price per cubic yard (C.Y.) _ and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work. _ 2.6 Pay Item # 6 - Furnishing and Installing Extra Crushed Stone for Embedmerit: This item is for furnishing and placing extra Crushed Stone not called for on the plans. This item is only to be used at the written direction of the City of Coppell and is included to ' provide for contingencies not anticipated in the plans. Measurement and payment shall be made on the basis of the bid price per cubic yard (C.Y.) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work. 2.7 Pay Item #7 - Trench Safety System: This item consist of the design, installation, maintenance and removal of the trench safety ' system for installation of the suction and discharge piping, yard piping where required, and the chemical injection vaults. Measurement and payment shall be made on the basis of the bid price per lump sum (L.S.) and shall be the total compensation for furnishing all labor, materials and equipment necessary to complete the work. 4-3 3. Testing and Chlorination of Water Pipe: All water lines installed by this contract shall be tested and chlorinated in accordance with standard ' City procedures and requirements. Contractor shall furnish and install all taps for testing and testing supply points. ' 4. Clean-up of the site and disposal of excess material: Clean-up of the site and disposal of excess material shall be considered incidental to, and part of the -- installed pipe prices without separate payment. 4-4 - SECTION 5 SPECIAL CONDITIONS GENERAL ITEMS OF SPECIAL CONDITIONS Pa~e No. _ SC.01 Engineer .......................................................................................................................................5-3 SC.02 Location of Project .......................................................................................................................5-3 SC.03 Scope of Work ........................................................................................................................ .....5-3 SC.04 Forms, Plans and Specifications ....................................................................................................5-3 SC.05 Time Allotted for Completion .......................................................................................................5-3 SC.06 Addenda .......................................................................................................................................5-3 SC.07 Award of Contract and Commencement of Work ...........................................................................5-3 SC.08 Disqualification of Bidders ...........................................................................................................5-4 SC.09 Trench Safety Systems .................................................................................................................5-4 SC.10 Permits and Right-of-Way ............................................................................................................5-5 SC.11 Construction Schedule ..................................................................................................................5-6 ' SC.12 Property Lines and Monuments .....................................................................................................5-6 S C. 13 Fences, and Drainage Channels .....................................................................................................5-6 ' S C. 14 Public Utilities and Other Properties to be Changed .......................................................................5-6 SC.15 Existing Utilities and Services Lines .............................................................................................5-6 -- SC. 16 Use of Explosives .........................................................................................................................5-6 SC. 17 Construction in Public Roads and Private Drives ...........................................................................5 -6 -- SC. 18 Barricades, Lights and Watchmen .................................................................................................5-6 SC.19 Lines and Grades ..........................................................................................................................5-7 _ SC.20 Concrete Mix Design ....................................................................................................................5-7 SC.21 Contractor to Furnish Cost Breakdown .........................................................................................5-7 SC.22 Wage Rates ..................................................................................................................................5-7 SC.23 Antitrust .......................................................................................................................................5-8 SC.24 Small Claims for Damages or Injury .............................................................................................5-8 SC.25 Testing and Quality Control ..................................................................· ........................................5-8 sc.26 Shop Drawings .............................................................................................................................5-9 SC.27 Coordination and Notification .......................................................................................................5-9 SC.28 Copies of Plans and Specifications Furnished .................................................................................5-9 ' SC.29 Disposal of Waste and Surplus Excavation ...................................................................................5-9 SC.30 Service of Manufacturer's Representative ......................................................................................5-9 ' SC.31 Valves ..........................................................................................................................................5-9 SC.32 Project Sign ................................................................................................................................5-12 5-2 CITY OF COPPELL, TEXAS (OWNER) VILLAGE PARKWAY PUMP STATION ADDITION SPECIAL CONDITIONS - GENERAL SC.01 ENGINEER SC.06 ADDENDA The word "Engineer" m these specifications shall be Bidders desiring further information or interpretation understood as referring to ShimeL Jacobs & Fiuldea, of the plans and specifications must make request for _ Consulting Engineers, 8333 Douglas Avenue #820, such information to the Engineer prior to forty-eight Dallas, Texas 75225, Engineer of the Owner, or such (48) hours before the bid opening. Answers to all other representatives as may be authorized by said such requests will be given m writing to all bidders in Owner to act m any particular position. addendure form and all addenda will be bound with and made a part of the contract documents. No other SC.02 LOCATION OF PROJECT explanation or interpretation will be considered official or binding. Should a bidder find -- This project is located in the eastern portion of the City of Coppell. A location map is included in the discrepancies in, or omissions from the plans, specifications, or contract documents, or should he be plans. in doubt as to their meaning, he is requested to notify SC.03 SCOPE OF WORK at once the Engineer in order that a written addendum may be sent to all bidders. Any addenda issued prior The work to be performed under this contract to twenty-four (24) hours before the opening of bids ' consists of funfishing all materials, labor, will be mailed or delivered to each Contractor supervision, tools, equipment and all incidentals contemplating the submission of a proposal on this required and performing all work necessary for the work. The proposal as submitted by the Contractor -- construction of the Village Parkway Pump Station will be so constructed as to include any addenda if Addition, together with all necessary appurtenances. such are issued by the Engineer prior to twenty-four (24) hours before the opening of bids. -- SC.04 FORMS~ PLANS & SPECIFICATIONS Forms of Proposal, Contract and Bonds, and Plans SC.07 AWARD OF CONTRACT AND and Specifications may bc purchased from the office COMMENCEMENT OF WORK. of Shimek, Jacobs & Finklea, Consulting Engineers, Delete Item 1.12 of the Special Provisions and Item 8333 Douglas Avenue #820, Dallas, Texas 75225, 1.13 of the General Provisions in their entiret), and for the price of Seventy-Five Dollars ($75.00) per substitute the following: set. ITEM 1.13 AWARD OF CONTRACT AND SC.05 TIME ALLOTTED FOR COMMENCEMENT OF WORK ' COMPLETION It is the internion of the Owner to award one (!) All items of work shall be completed within the time contract for the work on basis of the lowest .-- bid by the successful Bidder. This time shall responsible bid or bids submitted by qualified bidders commence on the tenth (10th) day after issuance of as determined by the Owner. Award will be based the work order. The work order shall consist of a upon evaluation of the following:' written request by the Engineer for the Contractor to proceed with the cometion of the project. 1 ) Lowest responsible bid. 2) Past experience with similar type projects. 5-3 ' 3) Past experience with similar size ($) or larger qualifications to satisfactorily perform the work projects. included m this project. Information that may be required shall include the following: ' 4 ) Reference checks on completed projects. 1 ) Current Financial Statement. 5) Analysis of current financial condition of the -- company. 2) Letter of Auditor's opinion if available. A composite evaluation of all the above factors will 3) Previous years Balance Sheet, Income Statement -- be utilized by the City m determining the lowest and Change of Financial Position. qualified bidder. The fight is reserved, as the interest of the Owner may required, to reject any and all bids 4) List of projects that have been satisfactorily _ and to waive any informality in bids received. completed by the Bidder that are of the same general type as included in this contract, together The Owner will notify the successful bidder or with names, addresses and phone numbers or _ bidders of the City's acceptance of Proposal in person familiarwiththis work. writing within ninety (90) days after the date of opening bids. The Contractor shall complete the 5) Other information that may be pertinent to the _ execution of the required Performance and Payment Bidder's Qualifications. Bonds and contract within ten (10) days of such notice, or the Owner shall be entitled to the proceeds Should the bidder fail to produce evidence _ of the proposal guaranty in accordance with Item 1.5 satisfactory to the Owner on any of the foregoing of the General Provisions. points the may be disqualified and the work awarded to the next bidder so qualifying. Following award and execution of the contract and ' required surety bonds, the Contractor shall SC.09 TRENCH SAFETY SYSTEMS commence work within ten (10) days from the date The work performed under this section of the _ specified in a written Work Order to be issued by the specifications consists of providing trench safety Owner. No work shall commence prior to the systems consisting of shoring, sheeting, trench shield, issuance of such work order or before the required and/or laid back slopes to meet the trench safety insurance has been obtained by the Contractor, with requirements of the Occupational Safer5' and Health ' certificates filed with the Owner evidencing the Admimstration, as required for this project and required coverage to be in force. Should the Owner specified herere. unreasonably delay the issuance of the work order ' through no fault of the Contractor, the Contractor (1) General shall be enti~ed only to an equitable extension of contract time, the contract amount to remain Trench safety systems shall be provided by the ' unchanged. Contractor as provided in Subpart P Excavation, Trenching and Shoring, Part 1926 Time shall commence on the tenth (10th) day after of the Code of Federal Regulations which -- issuance of the work order or on the day work describes safety and health regulations as actually begins, whichever is earlier. The work order administered by the U.S. Department of Labor shall consist of a written request by the Engineer for Occupational Safety and Health Administration -- the Contractor to proceed with the construction of the (O.S.H.A.). The standards specified by the project. O.S.H.A. Regulations shall be the minimum allowed on this project. It shall be the --. SC.08 DISQUALIFICATION OF BIDDERS responsibiliW of the Coreractor to provide a design and install adequate trench safety systems Add the following to Item 1.11 of the General for all trenches excavated on this project. Provisions: The Contractor shall furnish to the Owner for Within five (5) working days after bid opemng, the review, after award of the contract by the City apparent low bidder shall submit such evidence as the Council and prior to execution of the contract by ' Owner may require to establish the bidder's 5-4 ' the City, a Trench Safety System and Plan for (3) Inspections the entire project. Each syst~a and plan shall In addition to the inspections of the trench and mchde a waiver claim for delay time and cost. trench safety systems required of the Contractor ' The trench safety plan must be prepared and by the O.S.H.A. Regulations, the Owner may sealed by a Professional Engineer registered in furlher inspect the work. The Owner shall have the State of Texas with professional experience the right to reject any trench safety systems ' in soil mechanics and structural design. In which he finds to be madequate, and the addition, all trench safety systems utilized m this Contractor shall immediately improve the ., project must be designed by a Professional system to comply withthis specification. -- Engineer registered m the State of Texas. The Contractor shall be totally responsible for the (4) Details safety of all persons revolved m the construction - of this project. The standard detail plans for Sheeting, Trench Shield, and Trench Jacks as shown in the Changes in the excavation safety plan after O.S.H.A. Regulations previously referenced are -- initiation of construction may not be cause for included as part of this specification, as well as extension of time or change order, and will Table P-l, approximate angle of repose for require the same review process. Contractor sloping of sides of excavations, and Table P-2, -- accepts sole responsibility of compliance with Trench Shoring-Minimum Requirements. The all applicable safety requirements. The review design of the members shown in Table P-2 is the is only for general conformance with OSHA minimum acceptable on this project. _ safety standards. Release of the excavation safety plan by the City Engineer does not relieve (5) Measurement and Payment Contractor from any or all construction means, _ methods, technique. s and procedures; and any Measurement and Payment of Trench Safety. property damage or bodily injury (including Systems and Plan shall be on a lump sum basis. death) that arises from use of the excavation The payment shall be full compensation for all _ safety plan, from Contractor's negligence m engineenng, planning, materials, equipmere, performance of contract work, or from City's fabrications, installation, recovery and all failure to note exceptions to the excavation plan, incidental work required. All excavation and shall remain the sole responsibility and liability backfill in addition to that specified elsewhere in of Contractor. these specifications shall be considered subsidiary to this bid item. (2) Core Bormgs ' SC.10 PERMITS AND RIGHT-OF-WAY Any core borings and soil data furnished by the Owner, are for the convenience of the The Owner will provide rights-of-way for the _ Contractor. The Contractor shall be responsible purpose of construction without cost to the for any additional soil or geotechnical Contractor by securing permits in areas of public information required. The Contractor shall be dedication or by obtaining easements across privately _ responsible for properly designed trench safety owned property. It shall be the responsibility of the : systems to be utilized for any type of subsurface Contractor, pnor to the initiation of construction of condition found on this project. The funfishing easements through private propert3', to inform the _ of soil information by the Owner m no way property owner of his intent to begin construction. relieves the Contractor of this obligation. Before beginning construction m areas of public dedication, the Contractor shall inform the agency If no core bormgs or soil data are furnished by having jurisdiction m the area forty.-eight (48) hours the Owner, it shall be the Contractor's prior to imtiation of the work. responsibility to obtain whatever geotechnical information required for preparation of the SC.11 CONSTRUCTION SCHEDULE trench safety systems. Prior to starting work, the Contractor shall submit a proposed schedule for the work included herein and _ shall submit any major revisions to this schedule as 5-5 the project progresses. This schedule shall provide and across the roads involved in the work included in for completion of the project within the time provided this contract. in the specifications. The Contractor shall make every effort to complete SC.12 PROPERTY LINES & MONUMENTS construction and allow immediate access to adjacent -- The Contractor shall protect all property comer property at driveway entrances located along the markers, and when any such markers or monuments roadways. Owners or tenants of improvements where access and/or entrance drives are located shall be are in danger of being disturbed they shall be notified at least twe~xty-four (24) hours prior to the _ properly referenced and if disturbed shall be reset at the expense of the Contractor. time the construction will be mxt~ at their drive-ins or entrances and informed as to the length of time SC.13 FENCES &DRAINAGE CHANNELS driveways will be closed. Boundary fences or other improvements removed to The Comxactor shall be responsible for all road and permit this construction shall be replaced in the same entrance reconstruction and repairs and maintenance -- location and left in their original condition of grade of same for a period of one year from the date of such and cross section after the construction is completed. reconstruction. In the event the repairs and maintenance are not made immediately to the -- SC.14 PUBLIC UTILITIES & OTHER satisfaction of the Engineer, and it becomes necessary PROPERTY TO BE CHANGED for the City to make such repairs, the Contractor shall reimburse the City for the cost of such repairs. In case it is necessary to change or move the property ' of any Owner or of a public utility, such property shall not be moved or interfered with until authorized The Contractor shall, at all times, keep a sufficient by the utility company or approved by the Owner. width of the roadway clear of dirt and other material ' The right is reserved to the Owner or public utilities to allow the flee flow of traffic. The Contractor shall assume an>, and all responsibility for damage, to enter upon the limits of the project for the purpose of making such changes or repairs of their property personal or otherwise, that may be caused by the ' that may be made necessary by the performance of construction along roads and private drives. this contract. SC.18 BARRICADESt LIGHTS AND -- SC.15 EXISTING UTILITIES &SERVICE WATCHMEN LINES The Contractor shall, at his own expense, furnish and The Contractor shall be responsible for the protection erect such barricades, fences, lights and danger ' of all existing utilities or service lines crossed or signals, shall provide such watchmen, and shall exposed by his construction operations. Where provide such other precautionary measured for the existing utilities or service lines are cut, broken, or protection of persons or property and of the work as ' damaged, the Contractor shall replace the utilities or are necessary. Barricading and detouring shall be in service lines with the same type of original stnct conformance with Part IV, Construction and construction, or better, at his own cost and expense. Maintenance, of the Texas Manual on Uniform -- Traffic Control Devices for Street and Highways, SC.16 USE OF EXPLOSIVES latest revision. From sunset to sunrise, the Contractor shall furnish and maintain at least one _ Use of explosives will not be allowed. light at each barricade and sufficient numbers of bamcades shall be erected to keep vehicles from SC.17 CONSTRUCTION IN PUBLIC being driven on or into any work under construction. _ ROADS AND PRIVATE DRIVES The Contractor shall furnish watchmen in sufficient No public road shall be entirely closed overnight. It numbers to protect the work. shall be the responsibility of the Contractor to build -- and maintain all weather bypasses and detours, if The Contractor will be held responsible for all necessary, and to properly light, barricade and mark damage to the work due to failure of barricades, all b>~asses and detours that might be required on signs, lights and watchmen to protect it and whenever _ evidence is found of such damage the Contractor shall immediately remove the damaged portion and 5-6 replace it at his cost and expense. The Contractor's similar character, and in no event less than the responsibility for the maintenance of barncades, minimums prescribed in the schedule following the _ signs, and lights, and for providing watchmen shall Proposal & Bid Schedule in Section 1 of these not cease until the project has been accepted by the specifications, Pages 1-23 through 1-24. Owner. The "prevailing rates" shown will be the minimum SC.19 LINES AND GRADES wages acceptable on this project. In accordance with Item 2.9 on Pages 2-3 and 2-4 of If the construction project involves the expenditure of _ Section 2, control and benchmarks are as shown on the plans. federal funds in excess of $2,000.00, the minimum wages to be paid various classes of laborers and _ SC.20 CONCRETE MIX DESIGN mechanics will be based up~ the wages that will be determined by the Secr~l~a'y of Labor to be prevailing The Contractor shall submit proposed concrete mix for the correspondinE classes of laborers and design for each class of concrete to the Owner for mechanics employed on the project of a character -- review and acceptance. The mix designs shall be similar to the contract work in the City of Coppell or proportioned in accordance with the requirements of the rate given above, whichever is higher. A.C.I. 318-83 and include data from field experience -- and/or trial mixtures with the results of confirmation Except for work on legal holidays, the "general cylinders. The mix designs and supporting data shall prevailing rote of per diem wage" for the various be submitted and accepted at least 10 days prior to crat~ or type of workers or mechanics is the product -- placing concrete. of (a) the rimher of hours worked per day, except for overtime hours, times (b)the above respective Rate SC.21 CONTRACTOR TO FURNISH COST Per Hour. -- BREAKDOWN The Contractor shall furnish the Engineer with a For legal holidays, the "general prevailing rate of per breakdown of any lump sum bid suitable for use in diem wage" for the various crat'cs or types of workers ' the preparation of progress estimates of the job. or mechamcs is the product of (a) one and one-half Such a breakdown shall be in sufficient detail so as to time the above respective Rate Per Hour times (b) the permit its use in a manner satisfactory to the number of hours worked on the legal holiday. -- Engineer. It shall not be unbalanced. Progress payments for materials on hand and equipment The "general prevailing rate for overtime work" for delivered will be based on invoices. cost breakdown, the crafts or type of workers or mechanics is one and -- as above described, shall be subject to approval by one-half times the above respective Rate Per Hour. the Engineer and shall not include individual line items for bonds, insurance or move-in costs. Under the provisions of Article 5159a Vemon's _ Annotated Texas Statutes, the Constructor shall The Engineer will not recommend approval of a forfeit as a penalty to the entity on whose behalf the progress estimate for payment until a satisfactory Coreractor is made or awarded, Ten Dollars ($10.00) -- cost breakdown of the project has been submitted by for each laborer, worker or mechanic is paid less than the Contractor. the said stipulated rates for any work under the contract, by him, or by an subcontractor under him. -- The Contractor shall submit an estimate of monthly payment requests based on the target construction SC.23 ANTITRUST schedule and the cost breakdown. The estimate of The Contractor hereby assigns to the O~q~er an>, and _ monthly payment request shall be reviewed and all claims for overcharges associated ~th this updated each three months. contract which anse under the antitrust laws of the United States 15 U.S.C.A., Sec. 1 et seq. (1973). SC.22 WAGE RATES All employees of the Contractor on the work to be performed under this contract shall be paid the -- prevailing wage scale in this locality for work of a 5-7 SC.24 SMALL CLAIMS FOR DAMAGES the maWriMs and when requested, shall furrash a OR INJURY .complete written statement of the origin, -- Item 1.24.3 SMALL CLAIMS FOR DAMAGE OR 'composition, and/or manufacturer of any or all INJURY is amended to read as follows: materials that are to be used in the work. All maWriMs not conrotating to the requirements of the specifications will be rejected. _ If any person files a claim against the OWNER or CONTRACTOR for personal injury or property damage resulting from, arising out of, or caused by, 2. Quality Control _ the operations of the Contractor, or any work within Dtmng the construction, the Owner will retain the limits of the project, the Contractor must either the engineering testinE laboratory to perfoE submit to the Owner a duly executed full release sen4ces related to checking the quality of the _ within thirty (30) days from the date of written claim, work being performed by the Contractor to or immediately report the claim to his liability determine if the improvements are being insurance carrier for their action in adjustinE the constructed in accordance with the plans and _ claim. If the Conhactor fails to comply with this specifications. THIS QUALITY CONTROL provision within the stipulated time limit, it' will be SERVICE DOES NOT RELIEVE THE automatically deemed that the Contractor has CONTRACTOR OF Ills RESPONSIBILITY appointed the Owner as its irrevocable Attorney-In- WITH REGARD TO CONSTRUCTING THE Fact authorizing the Owner to report the claim WORK IN ACCORDANCE WITH THE directly with the liability insurance carrier. This CONTRACT. If the Contractor fails to meet provision is in and of itself a Power-of-Attorney from specified conditions by the first test, further tests ' the Contractor to the Owner which authorizes the to demonstrate compliance with the contract Owner to take said action on behalf of the Contractor shall be at the expense of the Contractor, and without the necessity of the execution of any other payment for the test can be withheld ' document. If the Contractor fails to comply with the permanently from the Contractor's total provisions of this item the Owner, at its own compensation. discretion, may terminate this contract or take any ' other actions it deems appropriate. Any payment or THE CONTRACTOR SHALL GIVE THE portion thereof due the Contractor, whether it is a ON-SITE REPRESENTATIVE OF THE final payment, progress payment, payment out of OWNER SUFFICIENT NOTICE OF HIS -- retainage or refund payment may be withheld by the INTENTION TO CONSTRUCT PORT-LAND Owner as is authorized by Item 1 ·52. Bankruptcy, CEMENT CONCRETE PAVEMENT, insolvency or denial of liability by the insurance STRUCTURAL CONCRETE, OR HOT MIX -- career shall not exonerate the Contractor from ASPHALTIC CONCRETE TO ASSU]LE THE liability. ADEQUATE QUALITY CONTROL OF CONSTRUCTION MATERLkLS AND -- SC.25 TESTING AND QUALITY CONTROl, WORKMANSHIP. 1. Testing of MateriMs 3. Testing and Quality Control Services _ Observation of the Contractor's work to determine compliance with the plans and Testing and Qualit>' Control Services shall specifications will include testing of material include but are not limited to the following: _ installed on the project. Testing of work performed and materials furrushed shall be done a. Embankment by an engineering testing laborator), employed 1) Moisture- DensiVy' Curves. by the Owner. The Contractor shall use only · materiMs in the work which meet the 2) Field Compaction Test: Test Method requirements of the specifications. The City will ASTM D698-90 Method A. _ employ the services of an engmeenng testing laboratory to make certain inspections and to b. Structural Concrete sample and test the materiMs to be used in the 1 ) Mix Design work. The Contractor shall furnish, at his own expense, all necessary specimens for testing of 5-8 ' 2) Batch Plant Weight and Moisture SC.31 VALVES Checks All valves installed on this project shall be in -- 3) Slump andAir Tests accordance with the Standard Specifications for Public Works Construction North Central Texas, 2nd 4) Compressive Strcn~g, th Tests Edition, as amended. SC.26 SHOP DRAWINGS Pump Control Cone Valves The Contractor shall furnish for review and Pump control valves of the sizes shown in the plans ' acceptance shop drawings on all specified items in shall be furnished and installed meeting the following the bidding documents, add~ndums, change orders specifications: and field changes. _ 1 ) General SC.27 COORDINATION &NOTIFICATION The cone valve shall be the Rotovalve as All construction shall be performed in a manner and manufacUtred by Rodhey Hunt Company, or ' sequence to minimize the disruption of traffic approved ~qual. It shall be a full ported valve whenever possible. Coordination with and approved and shall be complete with actuator and accessories as specified herein. from the Owner shall be required prior to any rerouting, detouring, blocking, or disruption of traffic and permit obta__ined from the City of Coppell. 2) Operation Operation of the cone valve shall employ an ' SC.28 COPIES OF PLANS AND axial motion to lift the valve plug from its seat, SPECIFICATIONS FURNISHED followed by a 90° rotary motion of the plug to _ Five (5) sets of plans and specifications shall be open the valve and axial motion to reseat it in furnished without charge to the Contractor for the open position. Closing movement of the construction purposes. Additional copies may be valve plug shall be in reverse order. It shall be _ obtained from the Engineer at actual reproduction designed to operate satisfactorily at the flow costs. conditions specified. SC.29 DISPOSAL OF WASTE AND 3) Valve Ccmstruction SURPLUS EXCAVATION The valve body shall be provided with seat rings All excavated earth in excess of that required for of Monel metal electrically fused to the body -- backfilling shall be disposed of in a satisfactory waterways and sufficiently raised above the manner in locations approved by the Owner's internal surface .0f the body to assure free representative. operation. The valve shall be complete with ANSI Class flanges to mate with adjacent SC.30 SERVICE OF MANUFACTURER'S equipment. REPRESENTATIVE The valve plug shall be fully skirted with ' The contract price for the project shall include the integrally cast trunmons. It shall have a set of cost of furnishing competent and experienced Monel seat rings electrically fused to the plug representatives from the manufacturers involved. waterway and sufficiently raised above the ' Such representatives shall assist the Contractor, when extended surface of the plug to assure free required, to install, adjust, and test the equipment in operation. If sealing in the open position is conformity with the contract documents. After the required to prevent flow around the plug, a --- equipment is placed in permanent operations bv the second set of seats shall be fumished Tnmnion Owner, such representatives shall make all bearings on the plug shall be bronze and shall adjustments and tests as specified or required to mate with bronze bearings in the body and head. -- comply with the contract documents, and shall instruct the Owner in the operation and maintenance The head shall make a registered connection of the equipment. with the valve body to assure proper bearing 5-9 alignment. It shall be designed to support the 300 psi. Operators with nonmetallic cylinders cone valve mechanism and operating forces. as manufactured by Chicago Fluid Power, Dresser, or Pratt are acceptable as alternatives ' All valve castings shall be ASTM A536 Grade to the AWWA standard cylinders. 65-45-12 ductile iron. Each hydraulic connection at each cylinder shall ' The valve shaft shall be stainless steel Type 630 be equipped with needle type, adjustable, flow with 125,000 psi minimum yield strength, and control valves to provide for adjustment of the shall be pinned to the plug. The packing shall valve operating speed. Flow control valves shall ' be fiber and graphite with a bronze adjustable be sized and installed so that time for each packing gland. cylinder piston to complete its stroke can be adjusted between 20 and 240 seconds with a -- 4) Mechanism Construction water supply pressure of 80 psi in normal The operating mechanism shall be totally operation and 10 to 60 seconds in emergency enclosed in a cast iron hoeing with an intcgrally operation. Flow control valves shall be made ' cast mounting bracket to assure proper from brass, stainless steel, or other corrosion alignment. The housing shall be designed for resistant material. either right or left hand actuator mounting. The Under all operating conditions, a valve limit ' mechanism cover shall be cast iron and make a registered connection to the mechanism housing. switch shall be adjusted so as to trip the The cover shall be bronze bushed where the associated pump motor when the valve port is ' valve shaft extends through it. The bronze lift approximately 99% closed. nut shall be contained completely within the mechamsm housing with provision for external 7) TestmR ' lubrication. The c~osshead shall be of bronze Cone valve body and head shall be B584 C86200 and shall travel on stainless steel hydrostatically tested for 10 minutes at a test guide rods. Two covered access holes shall be pressure of one and one-half times maximum -- provided for access to the hibe fittings on the working pressure for which the valve is crosshead. An indicator shall be mounted on the intended. Under test, parts shall show no end of the valve shaft for local position evidence of distress and shall be free from any '- indications. leaks. 5) Actuator When fully shop assembled, each cone valve ' The manual auxiliary hand wheel actuator will shall be leak tested at the rated pressure. be sized to operate the valve from full open to Leakage shall not exceed 0.4 oz/min/inch of full closed at rated pressure with a maximum of diameter. ' 80 ft./lb. of input torque on a manual actuator. The valve manufacturer shall be responsible for 8) Pump Check Controls sizing actuators based on the flow conditions. The pump check controls shall be supplied, ' ,. The hydraulic cylinder actuator shall be mounted, and tested by the main valve pressurized from distribution system pressure. manufactorer. The controls shall function to minimize the surge associated with the starting -- 6) Hydraulic Cylinder Operators and stopping of a pump and to act as a pump Hydraulic cylinder operators shall be of the check valve to prevent pump back-spinning The valve operation shall be controlled by the direct double acting type. Hydraulic cylinders ' shall conform to all applicable provisions of use of solenoid pilot valves and powered by Section 3.2.8 of AWWA C507-85; shall be water pressure obtained from the inlet or outlet sized to provide the safety factors stipulated in side of the mare valve. The controls shall, as a ' Table A2 of Appendix "A" to AWWA C504; minimum, consist of NEMA 12 enclosure, a shall be designed to provide satisfactory normal operation solenoid control valve with manual override, emergency operation solenoid operation with an>, cylinder water pressure from ' 20 to 150 psig; and shall be shop tested at control valve, speed control valves, limit 5-10 switches, junction box, and terminals. be housed within this enclosure. All wires from Operation shall be as follows: solenoid valves and limit switches shall be nan in _ liquid tight flexible conduit to a NEMA 12 Normal Operation: To normally open the junction box located in side main enclosure. valve the pump motor is first started and the Junction box shall have terminals for connection _ emergency solenoid valve is energized. When of extmaal circuits. Wire, flexible conduit, and the pump comes up to the desistmated pressure, a terminals shall be as specified under the pressure switch actuates, energizing the normal Elearical Specifications. Junction boxes and solenoid control valve causing the valve to open enclosures shall be as manufactured by at a predetermined rate. To normally shut down Hoffimn, or equal. pump operation, the normal solenoid control valve is de-energized Coy the motor controls), 9) Position Indicators ' causing the valve to close at a predetermined Except where otlgrwi~ specified, each valve rate. As the valve is approximately 95% closed, shall be provided with a position indicator to the intermediate limit switch opens and de- indicate the position of the valve opening ' energizes the motor and the emergency solenoid relative to the body scat openings. control valve. The normal opening and normal closing speeds shall be independen~y adjustable For valves installed in interior location, each -- from 20 seconds to 240 seconds. indicating pointer shall be mounted on the outer end of the valve operating shaft extension and Emergency Operation: In the event of power shall operate over an indicating plate mounted -- failure or other abnormal condition, the emergency solenoid is de-energized causing the on the operating mechanism cover. A suitable valve to close more rapidly but at a controlled stuffnag box or other seal shall be provided to prevent entrance of water where the shaft passes -- rate. The emergency closing speed shall be through the cover. independently adjustable from 10 to 60 seconds. 10) Valve Bases -- Valve Limit Switches: Each valve shall be provided with three limit switches mounted on Each valve which is to be supported on a the valve operating mechanism housing cover concrete foundation shall be provided with a pad -- plate. There shall be a valve open limit switch, for support of the valve on the concrete a valve close limit switch, and an intermediate foundation. limit switch. The intermediate limit switch shall _ be adjustable from valve full closed to full open 11) Gearing Mechanism travel of the valve. Limit switch operation shall The unit shall be designed so that the motor will be as shown on the electrical control schematics. come up to full speed before the stem load is _ Switch bodies shall be cast construction, sealed, encountered in either the opening or closing and shall be NEMA 12 rated. Contacts shall be rated as follows: operation. All gearing shall be designed for' 100% overload, permanently lubricated, and ' effectively sealed against entrance of foreign · Inductive (35% power factor} - 6 amps matter. Gearing need not bear an AGMA minimum make or break at 120 vac. nameplate. The unit shall be constructed to -- permit the reduction gear ratio to be changed if · Resistive (75% power factor) 6 amps required. minimum make or break at 120 vac. -- SC.32 PROJECT SIGN Solenoids: Solenoids shall have coils rated 120 vac. The Contractor shall furnish and install one free standing project sign for thi~ project at location Miscellaneous: The valve controls shall be approved by the City. As the city council or city mounted in a NEMA 12 enclosure with large staff changes, the Contractor shall immediately, upon access door. All major components consisting written direction, update the project sign at no ' of solenoid valves and speed control valves shall additional compensation. The Contractor shall 5-11 maintain the project signs through the entire project time. The project signs shall be of the dimensions, _ materials and character as shown on the project sign detail at the end of these Special Conditions. No direct payment shall be made for the project sign, but _ its co~ shall be subsidiary to other items in the bid schedule. 5-12 5-13 CIVIL SECTION OF SPECIAL CONDITIONS SC.33 Painting (Civil, Mechanical, Structural and Electrical) ................................................................5-15 SC.34 Structural Steel and Miscellaneous Metals ...................................................................................5-16 ~ SC.35 Horizontal Split Case Centrifugal Pumps and Motors ..................................................................5-19 SC.36 Package Chlorination and Emergency Scrubber System ..............................................................5-29 SC.37 Package Ammoniator and Emergency Scrubber System ..............................................................5-38 5-14 CIVIL SC.33 PAINTING (CIVIL. MECHANICAL. Paints and similar materials shall be mixed in STRUCTURAL &ELECTRICAL) vessels of adequate capacity. All paints shall " (1) General be thoroughly stirred before being taken from the containers, shall be kept stirred while using, The work to be performed under this Special and all ready-mixed paints shall be applied -- Condition of the specifications shall consist of exactly as received from the manufacturer fumishing all labor, materials, and equipment without addition of any kind of a drier or necessary for motors, exposed pipe, valves and thinner except in accordance with ~ fittings, supports, metal work and equipment as manufacturer's recommendations and approved specified herein. by the Engineer. _ All metal surfaces to be painted shall be sound, All painting at the site of the work is hereby clean and free of harmful scale, rest, dirt, oil, defined as field painting and the Owner's grease, moisture, or any other foreign matter Representative shall determine where and when ~_ which might, in any way, lessen the life or painting may be done. All surfaces to be usefulness of the coating. painted shall have their readiness for painting approved by the Owner before work is started. All metal shall be smooth and free from blisters, rough comers, pits, dents, or other Surfaces of exposed members inaccessible after imperfections before painting. Pits and dents erection shall be cleaned and painted before shall be repaired to the satisfaction of the erection. Owner prior to painting. No painting shall take place unless the ~ Wood surfaces shall be sanded smooth and dust atmospheric temperature is at least 40°F and removed. Knots or sap spots shall be sealed rising, or when the surface temperature is with shellac. Nail and screw holes shall be below the dew point, or when relative humidity ~ puddied after prime coat and sanded smooth. is above 75%, unless approved by the Owner. Painting also shall not proceed if the Shop coated surfaces shall be thoroughly cleaned and touched up before the application temperature is expected to fall below 45° F ' of subsequent paint coats in the field, before the paint has dried. Parts inaccessible after assembly or erection Painting found defective shall be removed and the surface repainted as directed by the Owner ' shall be given two coats of shop paint. Each coat of shop paint shall be a different color. at the Contractor's expense. '-' Surfaces which are to be welded after erection Before final acceptance of the project, any shall, where practicable, not receive a shop coat damaged painted surfaces shall be touched up or repainted, as directed by the Owner at the of paint. If painted, such paint shall be ~ removed before field welding, for a distance of Contractor's expense. at least 2 inches on either side of the joint. -- Heads of bolts, surfaces which are unpainted All equipment, valves, piping, motors, because of welding, and any other areas of structural steel and miscellaneous metal shall structural steel on which the shop coat has been receive one (1) shop coat of a primer .- abraded or otherwise damaged shall be touched compatible with the field coat specified. up with the specified primer after erection. Provide a sufficient quantity of paint specified _ for touch up at project site. (3) Field Painting (6) Payment It is the intent of this section of the No separate payment will be made for work specifications that all metal work be properly performed in accordance with this section of painted whether or not specific mention is the specifications, and the cost thereof shall be made hereinafter of each individual part of the included in the appropriate bid item in the work. Proposal and Bid Schedule. (4) Compatibili_ty SC.34 STRUCTURAL STEEL AND MISCELLANEOUS METALS All primers, inter coats if used and top coats applied to any given surface shall be furnished (1) General by the same manufacturer and shall form a Structural steel and miscellaneous metals compatible coating system, as approve& covers all ferrous and non-ferrous metals, except castings, including beams, columns, (5) Coatings and Paint Schedules lintels, frames and covers for openings, angle Items to be painted includes, but not limited to, frames and supports for floor gratings, the following: checkered plates, treads, ladders, hand rails, pipe supports and hangers, inserts, pipe sleeves, All pumps, motors, valves, cast iron, ductile bolts, nuts, washers, fittings, bar gratings, iron, steel pipe, fittings, mechanical equipment, trussed tees, and similar work. steel members, appurtenances and the like shall receive one coat of Valspar Chromox Primer (2) Materials (13-F-28 Light Gray), 2 mils dry film thickness The work described in this section, unless throughout, and two coats of Valspar Urethane otherwise noted on the drawings or herein Enamel 40 Series, 2 mils dry film thickness specified, shall be governed by the following throughout each coat. Colors to be selected by codes or specifications: Owner. · Code of Standard Practice for Steel Alternative paint manufactures with equal Buildings and Bridges - AISC products can be utilized upon written acceptance. Contractor shall furnish necessary · Specifications for the Design, Fabrication, data sheets and experience record on alternate and Erection of Structural Steel in manufacturers. All coating systems prime and Building - AISC top coats shall be of a single manufacture. Top coat colors shall be selected and color coded by * General Requirements for Delivery of the Owner. Rolled Steel Plates, Shapes, Sheet Piling and Bars for structural Use o ASTM A6 Aluminum, PVC, and brass shall not be painted. · Applicable Material Specifications ASTM All exposed interior concrete walls (Pump Station and Meter Vault) shall receive one (1) · Code for Welding in Building coat of PERMA SHIELD abrasive resistant Construction-AWSDI.0 coating or equal. Perma Shield is manufactured by SECURE, Inc., of · Specification for Structural Joints Using Waxahachie, Texas. ASTM A325 or A490 Bolts as approved by the Research Council on Riveted and All other painting shall be in accordance with Bolted Structural Joints of the Engineering the Architectural section of these Foundation specifications. 5-16 (3) Workmanship b) Hand Cleaning in accordance with SSPC- SP 2-63. The Contractor shall be responsible for the correct fitting of all structural members and for the elevation and alignment of the finished All steel work shall be given one coat of the structure. specified metal primer, applied by brush or spray thoroughly and evenly. Paint shall be (4) ~ applied only to clean, dry surfaces. Shop drawings, including erection sequences, Parts inaccessible after assembly or erection procedures and diagrams, schedules, welding shall be given two coats of shop paint, procedures and welding qualifications, and preferably ofdifferenteolors. complete details, shall be submitted prior to fabrication. Surfaces which are to b~ welded after erection shall, where practicable, not receive a shop coat (5) Welding of paint. If painted, such paint shall be Qualification of welders and welding operators, removed before field welding, for a distance of filler metal, welding techniques and procedures at least 2 inches on either side of the joint. shall be in accordance with AISC Specification for the Design, Fabrication and Erection of Heads of bolts, surfaces which are unpainted Structural Steel for Buildings, AWS Code for because of welding, and any other areas of Welding in Building Construction. structural steel on which the shop coat has been abraded or otherwise damaged shall be touched All shop and field welders shall be certified by up with the specified primer after erection. Provide a sufficient quantity of paint specified the Owner's testing laboratory to make groove and fillet welds in all positions. Certifications for touchup at project site. shall not be more than six months old during the time of welding in the erection period. Fabricator shall certify on shop drawing that the shop coat of paint used is as specified (6) ~ above. Templates and/or drawings shall be provided (8) ~ by the Manufacturer that can be used by the Contractor to preclude misplacements of Galvanizing shall conform to the Standard anchor bolts, and the bolts shall be installed at Specifications of the ASTM A-123, latest locations and with projections established by edition, for Zinc (Hot-Galvanized)Coatings on Manufacturer steel drawings. Structural Steel Shapes, Plates and Bars and their Products. Damaged areas or field-welded Temporary bracing and guy lines shall be areas shall be repaired after erection by provided to adequately protect all persons and applying a liquid cold-galvanizing compound property and to insure proper alignment of conforming to U. S. Navy galvanizing repair equipment during erection at the project site. specification MIL-P-21035, such as Z.R.C. as manufactured by the Sealube Company, or (7) Painting approved equal. After inspection and approval and before (9) Grating leaving the shop, all structural steel shall be cleaned of all loose mill scale, rust, spatter, slag Floor and platform grating and stairs shall be or flux deposit, oil, dirt and other foreign aluminum, GAL-225, as manufactured b>' matter by: McNichols Company, or equal. Size and material to be as noted on the manufacturers a) Solvent Cleaning in accordance with drawings in his proposal. Provide standard SSPC-SP 1-63, or clips or bolts to make all grating sections fully removable. 5-1'7 ( l 0) ~ ( 15 ) Changes to North Central Texas Standard Anchor bolts shall be of the size shown on the Specifications for Structural Steel and Miscellaneous Metals and Concrete Structural plans· Anchor bolts shall be galvanized or Forms stainless steel unless otherwise specified. a) Division 2, Item 2.2.6 - STEEL ( 11 ) High Stren~h Bolts REINFORCEMENT, Page 98, Paragraph High strength bolts shall conform to ASTM 6(b)(l) shall be deleted and replaced with A325-X. the following: "New Billet Steel: Deformed and plain (12) ~ billet steel bars for concrete reinforcement, Iron castings shall conform to the requirements ASTM designation A615, Grade 60." of ASTM A48, Class 30 or Class 40. Castings shall be as detailed or specified on the Also 6(b)(2)and 6(b)(3)shall be deleted drawings. They shall be of uniform quality, from this project. free from blow holes, porosity, hard spots, shrinkage defects, cracks or other injurious b) Division 2, Item 2.21 - ~ defects. Castings shall be manufactured true to FLEXIBLE JOINT SEALANT, Page 220. pattern and with satisfactory fit of component This item shall also apply to sealing of parts. Items with covers shall have machined construction joints in concrete walls and bearing surfaces so fitting parts will not rattle the like· or rock under traffic. c) Division 2, Page 223 add the following (13) Aluminum section: Aluminum structural shapes shall be 6061-T6 "Item 2.25 - BACKWALL DRAIN alloy· All aluminum structural shapes embedded in or attached to concrete shall be Backwall drains to be Miradrain 6000 as coated with a 5.0 mil minimum coverage of manufactured by Mirafi, Inc., or accepted coal-tar epoxy before embedment or equal." attachment (see Section G4.24 of these specifications)· d) Division 7, Item 7.6·7 - FORMS, Page 388, add the following subparagraph: All wielding shall be in accordance with the AWS Structural Welding Code of the "(e) Forms. for structural FLOM PAN- American Welding Society. JOIST shall be commercial steel or new plywood forms equal to these Welds shall be made only by welders, tackers, manufactured by CECO Corp., or and welding operators who have previously accepted equal." Steel forms shall be qualified by tests as prescribed in the AWS straight and true to line. Bent or Structural Welding Code, to perform the type dented forms, in the opinion of the of work required· City, will be rejected. Filler alloys for welding shall be ER-4043. e) Division 7, Item 7.6.11 CURING CONCRETE, Page 397, subparagraph "c" (14) Frames and Covers shall be deleted from this project. No The frame and cover for the conduit runs shall membrane curing allowed. be Neenab R-4990 with Type 2 frame or equal. (16) payment The materials and labor required for furnishing and installing the items specified in this section of the specifications shall not be paid for separately, but shall be included in the 5-18 appropriate item m the Proposal and Bid After proposals from the pump suppliers are Schedule. .opened, they will be tabulated for comparison of prices and other factors investigated. The SC.35 HORIZONTAL SPLIT CASE Owner reserves the right, in selecting the CENTRIFUGAL PUMPS &MOTORS pumping equipment specified herere, to give full Description weight to efficiency, cost, availability of maintenance and service facilities, and other The equipment to be furnished under this characteristics that may be material factors in Special Conditions of the specifications shall the selection of the equipment best suited to the consist of two (2) split case horizontal high Owner's interest. senrice pumps, complete with electric motors and appurtenances as specified herein. After the pumps are placed in service 6 sets of actual pump performance curves shall be Selection of Pumps and Motors supphed to the Owner. The pumps and motors furnished shall be subject to approval of the Owner. Pump C. Pumps and Motors suppliers desiring to furnish this equipment shall The pumps and motors to be furnished shall be address their proposal to the "Successrid in accordance with the following: Contractor" for the City of Coppell Village Parkway Pump Station Addition. Sealed 1) Pumping Conditions proposal shall be received by the Owner at the time and place designated for bids on the general Pump Nos. 5 and 6 contract for construction of the Village Parkway Pump Station Addition. Proposals shall include Rated Capacity - GPM 3,500 performance curves, efficiency, and descriptive Rated Head - TDH in Feet 200 data in sufficient detail to fully describe the Maximum Allowable Pump Speed - RPM 1,770 pumping equipment the supplier proposes to furnish. In addition, suppliers will be expected Minimum Horsepower Electric Motor 250 to furnish each bidder whatever information may Minimum Discharge Flange Size - Inches 8" be needed to allow him to determine his installation costs. Minimum Suction Flanl~e Size - Inches 12" Minimum Size Bowl Shaft - Inches 21/;' Proposals shall include delivery of pump and motor F.O.B. the job site and services of the The above information shall be included as manufacturer's representative to assist the pan of the submittal package. General Contractor in the installation, adjustment and testing of the installed System head curve for this station, for both equipment. present and ultimate conditions, along with proposed pump curves, have been included The Coreractor shall include $53,000 in his bid at the end of this Special Condition. Pump price as the cost of Pump and Motor Nos. 5 and curves shown are for general guidance for 6 delivered to the job site. The cost of handling suppliers and exact conformance with the and installation, including Contractor's profit, curves shox~ is not required. However, shall be included in the appropriate lump sum consideration will be given to suppliers bid price and shall be in addition to the above offering umts with the highest average sl~eci~ed amount. The Owner will make an efficiencies when operating in the head adjustment in the contract price for any range sho~m on system head curve. All difference between the estimated cost and the pumps shall be designed to operate actual cost by increasing the contract price by satisfactorily through the range of heads the amount of the difference if the cost exceeds indicated. the amount herein-before specified, or by decreasing the contract price by the amount of the difference if the cost is less. 5-19 Pump Construction The shaft shall be provided with a) Casing sleeves extending from the impeller The casing shall be double volute, through each stuffing box. Each sleeve double suction ductile iron. The upper shall be positively locked against and lower casing halves shall be rotation and axial movement and shall ~anged bolted and doweled together be sealed to prevent leakage between with tapered dowels. The upper half the shaft and the sleeve. After casing flange shall have tapped holes assembly on the shaft, total runout for jacking screws and lifting lugs or shall not exceed 0.002 inches. eyebolts. Supporting feet, bearing arms, and nozzles shall be either cast d) Wearing Rin~s integrally or bolted and doweled on the Renewable wearing rings shall be lower casing half casing. The feet shall provided in the casing and on the provide for boltlag and doweling to the impellet. Design runrang clearances baseplate. The nozzles shall be drilled shall be not less than one nail per inch and faced to match ANSI 125 lb. of ring diameter. The casingring shall flanges. be positively locked again~ rotation m the lower half casing ring. The Pipe tapped openings shall be provided impeller ring shall be doweled to the for draining, priming, and vetoing the impeller. The casing ring shall be casing for draining the stuffing box shouldered so that the discharge leakage. Suitably valved connecting pressure tends to seat the ring. The lines or passages shall be provided on shoulder shall be continuous for the full the upper half casing leading from the circumference of the ring. discharge vohte to the stuffing box for lubricating the stuffing boxes with the e) Stuffing Box liquid being pmped. Each stuffing box shall contain a To minimize hydraulic radial thrust, mechanical seal as specified m the the discharge volute shall be of the materials listed. A flushing connection double or dual type. shall be located at the normal position of the lantern ring. Smffig boxes b) Impellet shall be suitable for conversion to use standard packing and shall be at least The impellet shall be a one piece casting completely machined on all five (5) packing rings in length. exterior surfaces and dynamically f) Bearings balanced. The impeller water passages shall have urnform sections, smooth Bearings may be either grease or oil surfaces, and be flee from cracks and lubricated antifriction type or oil porosity. lubncated ball or roller bearing. The impeller shall be keyed to the shaft Antifrication beanngs shall be an and positively held in the center of the AFBMA B-10 rating of 300,000 hours discharge volute. at specified operating conditions. The pump shaft speed shall not exceed the c) Shaft and Shaft Sleeves beanng manufacturer's limitations. The shaft shall be completely machined. Deflection at the stuffing box shall not exceed 0.002 inches at any operating head. 5-20 ~' 3) Electric Motor Bearing housings shall be designed to maintain shaft alignment and optimum a) General ' life of bearings and lubncant. Housing shall have labyrinth type running i. Motors shall be designed and clearances and throwers to retain the constructed in accordance with .4 lubricant and keep out contammants. NEMA MG-1 and MG-2. Ample clearance for stuffing box maintenance shall be provided between ii. Motors shall be horizontal ~ the bearing housings and the stuffing reduction types, suitable for box glands. continuous operation on a three- phase, aiaiy hertz system rated ~. The bearing sensing element shall be a 480 volts. resistance temperature detector (RTD). The RTD shall be 10 ohms, three lead iii. Motors shall be designed to ,_ type. RTD shall be installed with operate at rated load in a compression fittings mounted on the maximum ambient temperature of exterior of the bearing housing for easy 40°C at a maximum altitude of ..~ removal. RTD shall be installed such 1,000 meters. that no leakage or oil damage to the lining will occur. iv. The location of installation will be _ redoors. g) Flexible Coupling v. Motor shall have a minimum rated The pump. coupling shall be a hulk horsepower of 250 liP. Flexible Coupling, or equal. h) Accessories ~" b) Design Reqmrements Each pump shall be provided with lifting eye bolts or lugs, 1/2-inch i. General -'- plugged gage cock connections at the suction and discharge flanges, tapped Motors shall be capable of and plugged openings for casing and withstanding all normal forces ~ bearing housing vents and drams. which may be imposed upon them Grease lubricated traits shall be during the course of normal provided with pressure relief fittings. operation, including starting and -. Constant level oilers shall be provided stopping. Motors shall be suitable for oil lubricated traits. for full voltage starting. ~. i) Baseplate Motors shall be capable of continuous operation at full load Baseplates shall be structural steel and and rated frequency with a voltage provided with adequate openings to variation of+ or- 10%. 't facilitate grouting and openings for electrical conduits as needed or shown Motors shall be capable of on the drawings. continuous operation at full load and rated voltage with a frequency vanation of + or - 5 %. 5-21 Motor starting current shall not Coil extensions shall be blocked exceed a value equal to that for and braced sufficiently to NEC code l~t~r G. mmimiz~ movgment during normal ' starting and running conditions at Motor service factor shall be 1.15. fully rated voltage. ~ Each motor shall be capable of Insulation system shall be Class F. producing a starfi'ng torque as required by the pump Insulation systems shall receive a -- mamffacmrer. Pumping system minimum of two vacuum pressure will be started against a closed impregnation treatments using a valve to minimize surges. 100% solids ~'poxy resin. Motor shall have guaranteed Temperature rise shall not exceed efficiency of 95% at full load. the limits defined' by NEMA for -- Efficiency shall be determined by Class B insulation systems while IEEE 112, Test Me,~chodB. operating at full load and at nameplate frequency and voltage. ii. Enclosure Stator RTD's shall be used to Motors shall be funfished with determine temperature rise. Hot- weather protecteA, Type I (WP-I) test RTD value shall be used, not ~ enclosure with low noise treatment the average. or WP-II as required to meet the noise limits specified herere. iv. Rotor Construction -- Rotor shall be of cast or Openings on Weather Protected fabricated aluminum m designs shall be covered with accordance with manufacturer's ~.. metal guard screens having a mesh standard design. size no larger than 1/2-inch square. Rotor shall be dynamically ~ balanced. Air filters shall be provided on air inlets. Furnish Air Rite or equal v. Bearings supplied shall be of type ,-. removable aluminum filters. and size sufficient to satisfy thrust loading requirements for each Enclosures shall be of fabricated motor m accordance with pump steel or cast iron construction m manufacturer. Bearings shall be ' accordance with the rated for an m service AFBMA B- manufacturer's standard design. 10 life of 100,000 hours. Bearings shall grease lubricated, ball ~ iii. Stator Construction bearing type. Stator laminations shall be of fully ,.~ processed steel. Each lamination vi. Noise Level surface shall be given the Sound pressure levels shall be necessary treatment so as to have measured according to IEEE 85 core plate Type C-5 insulation. and shall not exceed 76 decibels as measured on the A-weighted Stator windings shall be form Scale at a distance of three (3) feet wound of rectangular copper from any motor surface under no "~ magnet wire. Aluminum magnet load, free field conditions. wire is not acceptable. Individual coils shall be insulated with mica "' bearing tape prior to insertion 5-22 terminal block located in an successful manufacturer will be required to auxiliary cast iron terminal box. conform to all written and implied specifications. Bearing protection shall consist of two (2) three lead, 100 ohm 4) One fully assembled pump, which shall be platinum resistance-type selected by the Engineer, shall be tested at temperature detectors (RTD's), the factory for capacity, power one (1) per bearing, mounted as requirements, and efficiency at minimum closely as possible to the outer head, rated head, maximum head, and at as surface of each bearing. Each many other points as necessary for accurate detector shall have its leads wired performance curve plotting. All tests shall to a terminal block located in an be made in conformity with the requirements auxiliary cast iron terminal box. and recommendations of the Hydraulic Workmanship, Guarantee & Quality Assurance The Engineer will witness shop tests and The workmanship throughout shall be of the highest grade and all equipment furnished shall inspect the testing equipment used. The Contractor shall furnish the Engineer a plan be guaranteed against defects in workmanship or materials for a period of not less than two (2) and elevated sketch of the test setup showing the piping and instrumentation and shall year from date it is placed in operation. notify the Engineer at least ten days in advance of the time that shop tests will be 1) The pumps shall be the product of an made. American pump manufacturer regularly engaged in the manufacture of pumps have Certified copies of a report covering the test, similar service and of equal size for a and capacity, power, and efficiency curves miramum period of five years. The based on shop test results shall be prepared following manufacturers are acceptable: by the pump manufacturer and delivered to the Engineer not less than ten days prior to · Worthington Pump Corp., Division shipment of the equipment from the factory. Dresser Industries The test reports shall include calculations · Aurora Pump, a unit of General Signal showing the head losses in all portions of the piping not included in shop tests. Test * Peerless Pump, Division Indian Head reports shall include all pump and test information as summarized in the Hydraulic · Goulds Pumps, Inc. Institute Test Code and description of the test set-up. 2) The motors shall be the product of a single American motor manufacturer regularly 5) Upon completion of the pump installations on site, each pumping unit shall be field engaged in the manufacture of motors tested. The Contractor shall make having similar service and of equal size for a miramum period of five years. The arrangements with the Engineer and the following manufacturers are acceptable: pump manufacturers to witness the field pump test. · U.S. Electric Motor E. Installation . General Electric Co. 1 ) Each pumping umt shall be leveled, aligned, and wedged into position to fit the · Reliance Electric Co. connecting piping. All pumps shall be installed in accordance with the instructions 3) Inclusion of a Manufacturer in the above list of the manufacturer, the Hydraulic Institute, does not imply that a manufacturer's and as shown on the drawings. standard product is acceptable. The 5-24 motor and to provide support for vii. Nameplates the stator leads where they pass _ Motor nameplates shall be of through the motor flame. stainless steel and shall be A grounding terminal shall be securely fastened to the motor mounted in the main terminal box _ frame with pins of a like material. and sized for conductor as shown The following information shall be on the electrical plans. .~ contained on the motor nameplate The main tmninal box shall be as a mum: one size over NEMA standard. Rated Horsepower · Full LoadSpeed Main motor leads shall have EPDM or equal type jackets and " · Frequency shall be permanently tagged for identification. · NEMA KVA Code and -- Design Letter The relationship between lead markings and the direction of · Rated Voltage rotation shall be indicated on a -- separate motor nameplate. · Manufacturer's Serial Number c) Accessories -- · Service Factor i. Space Heaters · Insulation Class Motors shall be furnished with ,__ space heaters to provide sufficient · Maximum Ambient wattage to maintain the internal temperature of the motor at a level ,-- · Full Load Current at approximately 10°C above the Nameplatevoltage ambient temperature while the motor is not in operation. · Frame Size Designation Space heaters shall be of the · Beating Numbers silicone rubber strip type attached to the stator end turns. The leads "' · Space Heater Volts and Watts shall be brought out to an auxiliary cast iron terminal box. viii. Terminal Boxes Terminal boxes shall be of cast Space heaters shall be rated for iron construction, diagonally split operation on a single phase, and capable of rotation in 90° 60hertz, 120 volt system. increments. Boxes not suitable for ii. Protective Devices rotation must be capable of bottom entry. Conduit box shall Stator winding protection shall ~ have pipe threads for entry of consist of six 3-lead, 100 ohm conduit as shown on the electrical platinum resistance-type plans. The area on which the temperature detectors (RTD's) '~' main terminal box is connected embedded in the stator windings, with the motor frame shall be fully two (2) per phase. Each detector gasketed in order to prevent shall have its leads wired to a "' entrance of foreign matter into the 5-23 " 2) Grouting shall be as specified in the equipment. The mass of the unit and its groutrag section. The pump base shall be distribution shall be such that resonance at grouted after initial fitting and alignment, normal operating speeds is avoided. In any -- but before final bolting of the connecting case, the vibration displacement (peak to peak) piping. Special care shall be taken to as measured at any point on the machine shall maintain alignment of pumping unit not exceed 2.0 mils and that of the shaft -- components. No stress shall be transmitted measured at the face of the smffi~ box shall not to the pumping unit flanges. Afar final exceed 2.0 mils. alignment and bolting, pump connections -- shall be tested for applied piping stresses by At any operating speed, the ratio of rotative loosening the flange bolts. ff any movement speed to critical ~ of a unit or components or op~ning of the joints is observed, the thereof shall be less tha 0.8 or more than 1.3. -- piping shall be adjusted to proper fit. H. Shop A~ce Tests - Pump Couplings shall be re. aligned a/~r grouting. ,_ Shimming betwec~n machined surfaces will Copies of the test logs, a description of the test not bepermitted. piping, equipment and sc~zup, and a test procedure shall accompany certified test _ 3) Field test shall not be conducted until such performance curves. The curves shall include time that the entire installation is complete head, bhp, efficiency, rpm and test NPSHA and ready for testing. plotted against capacity. The curves shall be easily read and plotted to scales consistent with '~ 4) A certificate from each equipment performance requirements. manufacturer stating that the installation of his equipment is satisfactory, that the Certified copies of a report covenng each test, ' equipment is ready for operation, and that and capacity, power, and efficiency curves the operating personnel have been suitably based on shop test results, shall be prepared by meted in the operation, lubrication and the pump manufacturer and delivered to the "' care of each unit shall be submitted prior to Engineer not less than 10 days prior to shipment the request for Certificate of Substantial of the equipment from the factory. The test Completion. reports shall include calculations showing the ~ head losses in all portions of the pump column F. Painting and elbow and thrust and line shaft bearing losses not included in shop tests. If performance __ All iron and steel parts which will be in contact tests are not conducted on the motor, certified with water after installation shall be shop test reports of an identical motor shall be cleaned by sandblasting and painted with an included. epoxy coating system. The coating shall have a dry film thickness of at least 10 mils and shall I. Motor Tests - Testing consist of a pnme coat and one or more finish coats. At least one quart of the finish coat 1) One (1) motor shall be given a complete material shall be furnished with each pump for initial testing in accordance with IEEE 112 field touchup. Method B and shall include the following items: ~ All other surfaces shall have primer and finish coatings as required in the General Equipment a) Current Balance Stipulations and the painting section. ~. b) High Potential Test G. Balance c) Vibration Test ~ All rotating parts shall be accurately machined and shall be in as nearly perfect rotational d) Winding Resistance balance as practicable. Excessive vibration shall be sufficient cause for rejection of the e) Locked Rotor Current 5-25 " f) No Load Running Current 4) Five (5) copies of certified test reports shall be submitted to the purchaser upon g) Full Load Heat Run completion of all required tests. h) Full Load Percent Slip 5) Engineer reserves the right to wimess any or all of the tests specified to be performed. -- i) Efficiency at 100%, 75% and 50% Prices for this shall be included as a Load separate item in the seller's quotation. _ j) Power Factor at 100%, 75% and 50% I. Drawings and Data Complete assembly, foundation, and installation _ 2) Noise test shall be performed on one (1) drawings, together with de,.ailed specifications motor in accordance with IEEE and data covering ~ used, parts, devices, Standard 85. and other accessories forming a part of the equipment furnished, shall be submitted in 3) Other motors shall be tested for the accordance with the submittals section. The following items. data and specifications for each unit shall include but shall not be limited to the following: a) No load runrang current 1) Pumps b) Locked rotor current -- · Name of manufacturer. c) Winding resistance · Type of Medel. ,- d) High poteritial test · Design rotative speed. e) Bearing inspection _ · Type of pump bearings. · Type of Coupling. · Size of discharge outlet. · Size of suction inlet. · Weight. ~ · Complete performance curves showing capacity, head, NPSH requirements, pump efficiency, wire to water ~ efficiency, and bhp requirements. · Data on shop painting. 5-26 2) Motors Bidder should furnish weights for pumping units · Name of manufacturer. as follows: · Type of model. 1) Pumping Umt complete 2) Discharge Head · Type of bearings and lubrications. 3) Pump Base Connection Assembly · Rated size of motor hp. 4) Column and Shaft Assembly · Temperature rating. 5) Electric Motor · Full load rotalive speed. 6) Heaviest piece to be handled during erection · Net weight. Bidder shall furnish the following electric motor · Efficiency at full load and rated pump data: condition. 1) Efficiency Guaranteed to Full Load, 3/4 · Full load current. Load and 1/2 Load · Locked rotor current. 2) Power Factor at Full Load, 3/4 Load & 1/2 · Space heater wattage. 3) Outline Dimension Drawing 3) Complete Pumping umt 4) Locked Rotor Amps · Maximum overall dimensions. 5) Full Load Amps · Totalweight. 6) Motor Weight Service 7) Rotor' Weight The pump Supplier shall furnish the services of 8) Full Load RPM a competent serviceman to check completed installation and be present during initial start-up 9) Frame Size of umt. He shall also instruct operating personnel in the proper care and maintenance of 10) Pictorial cuts of motor construction; the equipment after it is placed in operation. ventilation system; bearings The cost of such service shall be borne by the Supplier and included in the price of the L. .Spare Parts and Tools equipment. A minimum of two (2) eight-hour 1 ) Furrash one set of all special tools required working days shall be included m pump for the proper servicing of all equipment supplier's bid for this service. supplied under these specifications, packed in a suitable steel tool chest with a lock. Bidder shall include descriptive literature, outlimng dimension prints, pump performance 2) Furnish the manufacmrer's standard set of curves and data sheets in sufficient detail to spare parts including at least the following: fully describe equipment being offered. Failure to supply sufficient information to evaluate bid a) Complete set of packing rings for each will be cause for rejection of bid. pump. b) One set of stuffing box bearings for each pump. 5 -27 ('~::I) P~r~H ~!mr~] [mo.L SC.36 PACKAGE CHLORINATION & EMERGENCY SCRUBBER SYSTEM FOR 150 LB. CYLINDER APPLICATIONS PART 1 - GENERAL CONTRACTOR. Clearances shown on the Drawings shall be mamtainext. Any such 1.1 SCOPE proposed changes or modifications are subject to review and acceptance of the The work specified herein includes furnishing, assembly and delivery of all equipment and OWNER. materials necessary to provide the owner with a C. The chlormation equipment shall consist of Packaged Chlorination and Emergency Chlorine an FRP containmeat building, equipped with Vapor Scrubber System complete as specified. ventilation, heater, iouvers, lights, etc., The system must be a completely packaged unit, pre-assembled, piped, wired, skid mounted, and automatic cMormamrs, cylinder scale, automatic switchover valves, chlorine gas factory tested with water, and shall include a scrubber, demister, pump, controls, containment detectors, and a chloramine residual structure for six (6) 150-1b. cMorme cylinders, analyzer. The system shall have two with cMorinator, header, scale, eMorme leak cylinders connecting through an automatic switchover valve, and four cylinders on the detector, etc. System shall be designed and built to provide a safe and reliable method for the storage rack. injection of chlorine into the water system. D. Specified Manufacturer: RJ Environmental, Package plant requires a cohere pad, 208V Inc., San Diego, CA, or approved equal. power, caustic solution, chlorine cylinders and the tie-in to the water system. The complete 1.3 QUALITY ASSURANCE package system shall be of "Unitary" single piece construction. A. In order to be considered for qualification to bid as an alternate, the following must be 1.2 DESCRIPTION submitted a minimum of two weeks prior to the bid date: A. System Description: The Contractor shall furnish and install a complete "once- 1) Drawings, specifications, and product through", 3-stage, skid mounted, pre-piped, literature with adequate detail to wired, tested and packaged ehlorination and determine that what is proposed will emergency chlorine gas scrubber system meet the requirements of the plans and including an integral absorber with three chemical scrubbing stages, a mist specifications. eliminator, exhaust fan, integral caustic 2) A list of installations (10 minimum) of storage tank, caustic recirculation pumps, similar type presently in service. piping, valves, firings, chlorine leak detectors, duetwork, equipment shelter, and 3) Evidence of manufacturing capabili~' all other equipment and accessories as including description of facilities, the specified to provide a total pre-packaged number of qualifications of personnel, system. and qualit,:, control practices. The alternate equipment supplier shall B. The mechamcal, structural, and electrical identify major outside fabncators for design has been based on a chlonnation and the purpose of determining experience. chlorine vapor scrubber system manufactured by RJ Environmental, Inc. 4) Evidence of technical capability, to The cost of any changes and modifications design and check the alternate system to mechanical, structural, electrical, and fully, including modifications required emergency electrical facilities necessary to to building and other systems. adapt alternate equipment to the layout and design shown shall be borne by the 5-29 ' 5) Evidence of full scale testing by an exhibiting conformance to the Uniform Fire independent testing laboratory. Code regarding emissions shall be made part of the required design submittal for approval -- 6) A complete listing of changes which prior to release for fabrication. Any tests will be required in the contract plans carried out at manufacturer's facility will and specifications to accommodate the not be considered acceptable. All of the .-- alternate equipment. costs associated with compliance to this specification are the responsibility of the B. Alternate Bidders shall guarantee in writing, scrubber manufacturer. -- signed by an officer of the company, that the equipment offered will provide comparable 1.4 SUBMITTALS or superior features, performance, quality A. The Contractor shall submit complete Shop -- and materials of construction as the equipment specified. The cost of any Drawings for the Chlonnation and Chlorine changes incidental to the installation of the Scrubber System, together with all piping, alternate equipment such as electrical duetwork, valves, and control for review by " the ENGINEER. wiring, relocation of piping, engineering supervision, duetwork, buildms B. Shop Drawings: The Contractor shall _ confignration and design, shall be borne by submit the following information for the Contractor with no additional expense to approval before equipment is fabricated: the Owner or Engineer. If after installation _. the alternate equipment does to perform in 1) Drawings of system showing accordance with the specifications or other assemblies, arrangements, piping, deficiencies are noted, the Owner will electrical, mounting details, equipment _ require the modification or replacement of outline dimensions, fitting size and such equipment to meet the specifications at location, motor dam, operating weights no additional expense. of all equipment and sufficient ' C. Codes: The Contractor shall comply with information to allow the ENGINEER to the rules and regulations of authorities check clearances, connections, and conformance with the specifications. having jurisdiction over the work specified " herein, including but not limited to, the Uniform Fire Code with local amendments 2) Materials of construction of all (Article 80, HaT_ardous Materials, in equipment. ..... particular) and the 1991 Uniform Building 3) Manufacturer's catalog data, operating Code. literature. Specifications, performance data, and calibration curves for caustic -~ D. Scrubber Supplier Qualifications: Scrubber soda recycle pumps, exhaust fan, and suppliers shall provide sufficient test data to auxiliary components. demonstrate that they have successfully ~- evaluated their full-scale system and its 4) Complete instrumentation, control, logic ability to neutralize the adverse and power wiring diagrams in sufficient consequences of an actual 150 lb cylinder detail to allow installation of the ~ chlorine spill as well as release rates of instrumentation, controls, and electncal 28 lbs/mmute or higher. Test data shall components. include a profile of temperatures and -- pressures throughout the spill room and 5) Manuals: Furnish manufacturer's scrubber system for the test cycle. Testing installation, operation and maintenance shall have been earned out at a fully manuals, bulletins, and spare pans lists. ~ accredited national testing laboratory facility [Council of American Building 6) Affidavits: Furnish affidavit from the Officials (CABO) or equal], with system supplier stating that each system _. appropriate witnesses. Test results 5-30 has been properly installed and tested minutes every two weeks assuming no and is ready for full time operation. cMorme is absorbed. Design Calculations: The CONTRACTOR 7) The maximum temperature of the shall submit complete design calculations recycled scrubbing solution during the for the Emergency Chlorine design leak event and that the system Scmbber/Chlormation Package to confirm is capable of handling the developed the following: temperatures. 1 ) The system design calculations must 8) The exhaust fan is capable of handling demonstrate a miramum overall system the minihilum nxluired air flow from removal efficiency of 99.99%. the chlorine storage room including the resistance of all ductwork, fittings, and 2) The pressure in the chlorine storage system components. room must never exceed ambient atmospheric pressure from the 1.5 MANUFACTURER'S SERVICES beginning of the design leak event to the A. The system manufacmrer's representative methe scrubber systemshuts off shall be present at the job site for the 3) The system shall be capable of following time period; travel time excluded: withstanding the imposed seismic loads 1) Up to eight hours for installation specified. Certified design calculations inspection and certification of the stamped by a registered professional installation, and assisting Owner's staff engineer. Calculations shall include, m the initial filling of the caustic but not be limited to, the following: storage tank. · Dead loads 2) Up to eight hours to tram Owner's staff m operation of the system, including · Live loads safe chemical handling procedures. · Seismic loading per UBC caxte 3) One tnp of 2-days shall be provided for tasks "1" and "2" above. · Anchor lug attachment to the shell PART 2 - PRODUCTS 4) The umt shall be capable of withstanding hydrostatic load of shop 2.1 DESIGN & PERFORMANCE CRITERIA tests and the field conditions of being filled to the top of the caustic soda A. Design Leak Event: The Emergency storage/recycle tank with 20% caustic Chlorine Scrubber shall be of sufficient size solution. and design to treat a release of the entire contents of stored chlorine. The system 5) The system contains a ramimam shall be designed for the following amount of caustic required to scrub conditions. the total amount of chlorine during the leak event. Calculations shall include · No. of Cylinders on Line .......................2 ventilation rate, system pressure, · Chlonne Stored Capacity, lbs ............300 chlorine flow and weight, caustic concentration from the beginning to · Liquid Release Rate, lbs/rmn ...............28 the end of the scrub cycle. · Flash Release Rte, % ........................100 6) The percentage decrease in caustic · Storage BuildingVolume, ~3 ............340 concentration and final concentration · Mimmurn Ventilation Rate, acfm ...... 250 of caustic during a test cycle of 15 · Maximum Outlet Vapor Conc., ppm ... 15 5-31 B. The Emergency Chlorine Scrubber shall be designed to provide a minimum of 35% a single-pass system which draws vapor excess caustic over theoretical requirements. from contaminated room, treats the vapor, and discharges to the atmosphere outside the 2) The storage tank shall be combined with the building. Chlonne concentration in the absorber box into a single rectangular vessel discharge shall not exceed 15 ppm at any to fit in the area shown on the drawings. time. The system shall also lower the concentration in the room to 1 ppm in less 3) All connections shall be fabricated of the than 120 minutes after evaporation of all same material as the tank wall and shall liquid chlorine has completed. have the same inner corrosion barrier as the tank wall. All fluaged connections shall be C. The Emergency Chlorine Scrubber shall gusseted to the tank wall with 1/4-inch thick provide sufficient draft to overcome the flat plate gussets. resistance of duetwork, fittings and dampers to maintain a negative pressure in the room 4) The vessel shall be provided with a sight to preventaUnosphere leakage of vapor. level gage that will give a visual level indication from a point 6 inches above the D. The Emergency Chlorine Scrubber shall be liquid level to a point 6 inches below the designed for compete and automatic liquid level. The gage shall be 3/4-inch OD operation in response to signals from clear PVC. The gage shall be provided with remotely located leak detectors or in shutoff bali valves. response to manual activation. C. Caustic Recirculation Pump: 2.2 EQUIPMENT: 1) The recirculation pumps shall be a seal-less, A. Chlorine Scrubber System: vertical, centrifugal type pump of CPVC construction for corrosion resistance and The chlorine gas scrubber system shall be a long service life. The pump shall be suitable three-stage, once through absorber, designed to for solutions of pH to 14. The pump shall remove minimum of 99.99% of chlorine vapor have a rigid, solid stainless steel one-piece in a single pass. The scrubber system shall rotor 'drive shaft covered with a one-piece consist of three scrubbing stages, as sleeve and impeller. There shall be no liquid manufactured by RJ Environmental, Inc. The to metal contact, no seals, no pump scrubber system shall be fabricated per bearings, bushings or wearing parts. The fabrication specifications 2.5. The gases shall drive motor shall be totally enclosed fan pass through a high efficiency mist eliminator cooled. prior to discharging into the stack. 2) The pumps shall be mounted for easy All piping shall be made of SCH 80 CPVC. All service on the side of the scrubber system spray nozzles shall be made of polypropylene. and shall be capable of being isolated from The complete scrubber section shall be an service by valves on the suction and integral part of the caustic storage tank. The discharge sides. overall system size, inchidmg the caustic tank, pumps, fan, controls shall be as shown on 3) The pumps shall deliver 100 gpm at a drawings. miramum of 15 psig total head of 20% sodium hydroxide solution. B. Caustic Storage Tank: 4) The complete pump assembly, including 1) The caustic storage tank shall be a motors shall be free of excessive noise, rectangular box fabricated from FRP. The vibration, and cavitation. tank shall be capable of storing a minimum of 250 gallons of 20% sodium hydroxide 5) The pump shall be furrushed with a 2 HP, 3 solution. The caustic storage shall be PH, 60 Hertz, 230/200 volts, TEFC, 5-32 chemical duty motor with 1.15 service G. Pre-AssembledSystem: The factor. ehlormation/scrubber system shall be designed, fabricate, d, factory assembled and tested with ' 6) The pump shall be manufactured by water before shipping to the job site. All system Serfilco, Camac, Fybroc, or equal. components (chlormation equipment, scrubber, fan, pumps, control panel) shall be piped and ~ D. Exhaust Fan: wired and shipped to the job site as a single umt. Fan shall be fiberglass reinforced plastic, Installation shall require nothing more than an _- centrifugal type with radial blade wheel, electrical power source, caustic solution, and industrial fiberglass fan. Fan wheel shall be properly siz~ ducthag for the scrubber inlet and statically and dynamically balanced. Fiberglass outlet. _ construction shall conform to PS 15-69 product standards. Fan resin shall be suitable for H. Secondary Containmt~t: The scrubber system exposure to the specffic service conditions. Fan shall be provided with an integral FRP _ housing shall be construc~d of fiberglass and secondary containment to contain any possible reinforc..d with rigid bracing to increase leaks in the system. The containment size shall structural integrity. Bearing support brackets be equivalent to 110% of storage caustic shall be positioned to directly oppose belt capacity. tension forces. I. Chlorination Equipment: Fan housing shall be a curved scroll design with 1) Containment Structure: The supplier shall a 1-inch NPT dram connection at the bottom of furnish and deliver a complete containment the fan scroll. Fan outlet shall have ~anged structure to house six (6) 150-1b chlorine nozzles. Fan shaft shall be stainless steel Type cylinders. The structure shall be suitable ~ 316. Fan shall have self-aligning grease-packed for chiorme containment, personnel access, bearings, with neoprene shaft seals and OSHA outdoor installation, and pre-packaged approved weatherproof motor/drive cover. The skid-mounting as part of the total system " fan shall be designed for following supplied. The structure shall be chemically specifications: resistant to chlorine gas. It shall be suitably designed to provide ventilation for · -- * Air Flow Rate ...............................250 acfm workers and emergency scrubber operation. · S.P up to scrubber inlet .................1.0 in WC Access door shall be of fiberglass · Pressure Drop through Scrubber .... 3.0 in WC construction and with a minimum opening ~-- · MotorliP ......................................1.0 HP of six (6) feet high by thirty. (30) inches wide. The Unit shall be provided with the The fan shall have a 3-phase, 60 Hz, 200 volts, following accessories: _ TEFC, 1800 rpm motor. The fan shall be manufactured by New York Blower, Hartzell, or a) See-through Door Window equal. _ b) Lifting Rings E. Caustic Recycle Pipin!l: c) Side Wall Vent with Backdraft Damper 1) The piping shall be fabricated of SCH 80 d) Exhaust Fan with Backdraft Damper -- CPVC. e) Automatic Electric Heater 2) Piping shall include a ball valve, pressure f) l-ca. 48" Florescent Lights Fixture ~ gauge, and sample line with shut off valve. with 2 Tubes F. Motor Starter/Transformer: Provide local g) 2 ca. 110V Duplex Outlets ~-- control panel with 120 volt controls and motor h) Mounting Gasket starter for fan and pumps. A single 208V/120V, 3 phase power shall be provided to the local i) Cylinder Rack with Safety Chain for __ control panel. 150-1b Cylinder 2) Chlorination Equipment: The chlorination normally rc~Tmin in automatic mode for standby equipment shall be Wallace & Tieman, .conditions. System response for manual and Series V-100 or equal, wall mounted, with automatic modes is described below. automatic chlorinators. The package system shall include the following 2.3.1. Manual Control components to make a complete and The control system shall provide for functioning system: manual control of the following items: a) W & T Series V-100 A1, or equal, · System Ready [Hand-Off-Auto] Gas Chlormator with Rotameter, capable of feeding up to 200-1bs. per · Scrubber Exhaust Fan [Hand-Off- day. Auto] b) W & T V-100 EF, or equal, Flow · Caustic Recirculation Pump Proportional Controller [Hand-Off-Auto] c) W & T 50-350 Digital Two Cylinder Manual control shall be enabled by Scale with 4/20 ma Output turning a HAND-OFF-AUTO switch for the respective piece of equipment d) W & T Automatic Switchover to the HAND setting. The selected Vacuum Regulators device shall start, and a push-to-test pilot light will energize to denote that e) Trap and Filter Kit for Vac- it is operating. Regulators 2.3.2. Automatic Control f) Water Injector The control system shall provide for automatic control of the scrubber such g) Feed Rate Output Signal (4/20 ma) that when the HAND-OFF-AUTO switches noted above are set to 3) Chlonne Detection Equipment: The manufacturer shall supply Mil-Ram AUTO, the scrubber system shall Technology model Tox Array 1500 gas operate automatically based a signal from a Chlorine Detector in the detectors or equal. These units shall be chlorine storage area. protected from radio frequency disturbances by the supplier or the When the Local Control Panel detectors will be supplied with time delay circuits that will minimize nuisance alarms receives a start signal from the chlorine detector, the caustic or equipment start-up. The detectors shall recirculation pump shall start, start the scrubber and transmit an alarm to followed by a 3 to 5 second time the City's SCADA System in a detection range of 1-3 ppm. delay, then the fan shall start. Status pilot lights shall energize to indicate that the fan and pump are operating. 4) Chloramine Residual Analyzer: The manufacturer shall supply Wallace & 2.4 CONTROL PANEL Tieman Micro 2000 Residual analyzer, wall mounted, with Wallace & Tiernan The scrubber system shall be fumished with a Amperometnc Titrator for calibration. scrubber-mounted Local Control Panel x~th a non-metallic NEMA 4X enclosure to house the 2.3 SYSTEM ACTIVATION required controls. The control panel shall include the following switches and lights: The Emergency Chlorine Scrubber shall operate manually in response to hand switches or · System HAND-OFF-AUTO Switch automatically in response to contact closures at remote leak detectors. The system shall · System "READY" Status Light 5-34 · Fan HAND-OFF-AUTO Switch Working Pressure - Scrubber and Ducting .......6" WC vacuum · Fan "Run" Light Caustic Storage .......................Hydrostatic load of · Pump HAND-OFF-AUTO Switch sp. gravity = 1.2 · Pump "Run" Light Wind Load ..............................100 mph · Fan FAIL Light Live Load ................................200 lb/sq.fl · Pump FAIL Light Material of Construction: · Low Level Light 1) The scrubber absorber vessel and · A low level switch for caustic storage shall accessories shall be contact molded, indicate an alarm light and audible alarm. A manufactured in actordance with NBS PS reset button shall be provided to silence the 15-69 and ASTM D 4097 for contact alarm. too]dinE and ASTM D 3299 for filament winding. Any visual defects shall not The control panel shall include 120 volt controls exceed ASTM D-2563 Table 1. and motor starters for fan and pump. 2) Resin used in fabrication shall be a premium 2.5 FRP FABRICATION SPECIFICATIONS vinyl ester type such as Hetron 922 by Ashland Chemicals, Derakane 411 by Dow FOR SCRUBBER AND DUCTWORK: Chemical or approved equal. The resin General: shall be reinforced with an inner veil of a Each scrubber shall be a Fiberglass Reinforced suitable synthetic organic fiber such as Plastic (FRP) vessel. All materials and Nexus 1012. fabncations furrushed in accordance with this specifications shall comply with all federal, state 3) Reinforcement: Glass fiber reinforcement and local ordinances of the place of installation used shall be commercial grade corrosion resistance borosilicate glass. and with the following code and standards: All glass fiber reinforcement shall be Type PS 15-69: National Bureau of standards C, chemical grade, Type E electrical grade. Voluntary Product Standard "Custom contact molded Reinforced Polyester Chemical Resistant Surfacing veil shall be 10 rail Nexus 1012 Process Equipment". or equal. ASTMD-883: "DefirtitionofTerrns Relating to Mat shall be Type "E" (electrical grade) Plastics" glass, 11/2 oz. per sq. ft with a nominal fiber length of 1.25 + 0.25 inches, with a ASTM D-2583: "Test for Indentation Hardness silane fimsh and styrene soluble binder. of Rigid Plastics by Means of Barcol Impressor." Continuous glass roving, used in chopper gun spray-up applications shall be type "E" ASTM D-2563: "Recommended Practice for grade with chrome or silane coupling agent. classifyrag visual Defects in Glass Reinforced Plastic Laminate Pans." Woven roving used for reinforcement shall be 24 oz. per sq. yard .type "E" glass and ASTM D-4097-82: "Standard Specifications have a 5 x 4 plain weave. for Contact Molded Glass Fiber Reinforced Thermoset Resin Chemical Resistant Tanks." 4) Miscellaneous: Design Criteria: a) Stainless Steel: Unless otherwise specified, all fasteners, and metal Scrubber absorber vessel shall conform to the attachments, such as anchors, brackets following structural design criteria: etc. shall be ANSI 316SS. 5-35 b) Gaskets: Unless othenvise specified, service shall be ANSI std B 16.9 and mr all gaskets shall be EPDM. connections shall be duct flanges per PS 15-69 Table 2. Access flanges for manways, mist Fabrication: elimmaWr, and packing access flanges shall be air tight to the pressure equal to or higher than 1) General: Fabrication shall be in accordance the corresponding fan static pressure and shall with NBS PS 15-69, ASTM D 3299 and be water tight. Interior fasteners shall be of ASTM D-4097. All non molded surfaces corrosion resistance materials such as PVC or shall be coated with resin mcorpora_fi_ng FRP. paraffin to facilitate a full cure of the surface. All cut edges, bolt holes, secondary bonds shall be sealed with a resin coat prior Acceptance: to the final paraffinated resin coat. All The engineer, owner or their designated voids to be fdled with a resin paste. representative shall be allowed access to the equipment during and alter fabrication for the 2) Corrosion Liner: The inner surface of all purpose of verifying compliance to the contract laminates shall be resin rich and reinforced specifications. The engmeer's respection is not with one NEXUS 1012 with a minimum rotended to replace the fabricator's own quality thickness of 10 mils. The interior corrosion assurance procedure. layer shall consist of two layers of 11/2 oz. per sq. ~. chopped strand mat. If the PART 3 - EXECUTION application is by chopper gun spray up the glass fiber shall be 1/2 to 2 m length. The 3.1 MANUFACTURER'S total corrosion liner thickness shall be a REPRESENTATIVE, OPERATION AND minimum of 100 mils and have a resin to MAINTENANCE MANUALS, AND glass ratio 80/20. All edges of TESTING reinforcement to be lapped a minimum of one inch. A. The services of a factory representative shall be provided as specified in 1.4 to insure 3) Structural Laminate: Structural laminates proper installation and start-up of the shall consist of alternating layers of 1-1/2 oz scrubber system. per sq. fi mat or chopped glass and 24 oz per sq. yard woven roving applied to reach a B. Operation and Maintenance manuals shall designed thickness. Actual laminate be submitted to the Owner prior to final sequences shall be per the laminate tables acceptance oft he equipment. shown on fabrication drawings. The exterior surface shall be relatively smooth C. Upon completion of installation of the and shall have no glass fibers exposed. The scrubber system, the Contractor shall be exterior shall be surface coated with white responsible for performing an acceptance gel coat containing ultra violet light test to verify the satisfactory operation of inhibitors. the system and the design performance requirements of the specification. As a Accessories: minimum the test shall include but not be limited to the following: Air inlet, air outlet, pump suction connection, spray headers, baffles, packing support, drain, 1) The test shall be w~messed by the level connection, access for mist eliminator and - Owner. all connections shown on the drawings shall be provided by the manufacturer. Tie down lugs 2) Air flow and pressure shall be measured shall be integrally molded into the walls of the and recorded. sump. Anchor bolts shall be 31655 and designed for the specified loads. All flanges six 3) Caustic storage tank shall be leak tested inches in diameter or smaller shall be reinforced prior to filling with caustic. with plate or conical gussets. Flanges for liquid 5-36 4) System component operation shall be tested by energizing chlorine leak detector. 3.3 WARRANTY _ Manufacturer shall guarantee the whole system, both in material and workmanship for a period of one year from the day of final acceptance, not to exceed 18 months from shipment. 3.4 IDENTIHCATION -- The caustic tank shall be identified with the health, flareinability and re, activity of ba-_a_rdous materials as required by codes. 3.5 INITIAL FILL OF CAUSTIC Contractor shall furnish the required mount of " caustic solution upon completion of installation. 5-37 SC37 PACKAGE AMMONIATION & EMERGENCY SCRUBBER SYSTEM FOR 150 LB. CYLINDER APPLICATIONS PART 1 - GENERAL Drawings shall be maintained. Any such proposed changes or modifications are 1.1 SCOPE subj.ect to review and acceptance of the OWNER. The work specified heroin includes furnishing, assembly and delivery of all equipment and C. The ammoniation equipment shall consist of materials necessary to provide the owner with a an FRP containmt,-nt building, equipped with Packaged Ammoniation and Emergency ventilation, heater, iouvers, lights, etc., Ammonia Vapor Scrubber System complete as automatic ammoniators, cylinder scale, specified. The system must be a completely automatic switchover valves, ammonia gas packaged unit, pro-assembled, piped, wired, skid detectors. The system shall have two mounted, and factory tested with water, and shall cylinders connecting through an automatic include a scrubber, demister, controls, switchover valve, and four cylinders on the containment structure for six (6) 150-1b. ammonia cylinders, with ammoniator, header, storage rack. scale, ammonia leak detector, etc. System shall D. Specified Manufacturer; RJ Environmental, be designed and built to provide a safe and Inc., San Diego, CA, or approved equal. reliable method for the injection of ammonia into the water system. The package system 1.3 QUALITY ASSURANCE requires a concrete pad, 208V power, ammonia cylinders and the tie-in to the water system. The A. In order to be considered for qualification to complete package system shall be of "Unitary" bid as an alternate, the following must be single piece construction. submitted a minimum of two weeks prior to the bid date: 1.2 DESCRIPTION 1) Drawings, specifications, and product A. System Description: The Contractor shall literature with adequate detail to furnish and install a complete "once- determine that what is proposed will through", 3-stage, skid mounted, pro-piped, meet the requirements of the plans and wired, tested and packaged ammoniation specifications. and emergency ammonia gas scrubber system including an integral absorber with 2) A list of'installations (10 minimum) of three chemical scrubbing stages, a mist similar typepresentlyin service. eliminator, exhaust fan, integral water storage tank, piping, valves, fittings, 3) Evidence of manufacturing capability ammonia leak detectors, duetwork, including description of facilities, the equipment shelter, and all other equipment number and qualifications of personnel, and accessories as specified to provide a and quality control practices. The total pro-packaged system. alternate equipment supplier shall identify major outside fabricators for the B. The mechanical, structural, and electrical purpose of determining experience. design has been based on a ammoniation and ammonia vapor scrubber system 4) Evidence of technical capability to manufactured by RJ Environmental, Inc. design and check the alternate system The cost of any changes and modifications fully, including modifications required to mechanical, structural, electrical, and to building and other systems. emergency electrical facilities necessary to adapt alternate equipment to the layout and 5) Evidence of full scale testing by an design shown shall be borne by the independent testing laboratory. CONTRACTOR. Clearances shown on the 5-38 6) A complete listing of changes which compliance to this specification are the will be required in the contract plans responsibility of the scrubber manufacturer. and specifications to accommodate the alternate equipment. 1.4 SUBMITTALS A. The Contractor shall submit complete Shop B. Allla/ialLBjafziP~ shall guarantee in writing, ' signed by an officer of the company, that the Drawings for the Ammoniation and equipment offered will provide comparable Ammonia Scrubber System, together with or superior features, performance, quality all piping, ductwork, valves, and control for ' and materials of construction as the review bytheENGINEER. equipment specified. The cost of any B. ~ The Contractor shall changes incidental to the installation of the submit the following information for ' alternate equipment such as electrical wiring, reloeation of piping, engineering approval before equipment is fabricated: supervision, ductwork, building 1) Drawings of system showing -- configuration and design, shall be borne by assemblies, arrangements, piping, the Contractor with no additional expense to electrical, mounting details, equipment the Owner or Engineer. If after installation outline dimensions, firing size and ~ the alternate equipment does to perform in location, motor data, operating weights accordance with the specifications or other of all equipment and sufficient deficiencies are noted, the Owner will information to allow the ENGINEER to ~ require the modification or replacement of check clearances, connections, and such equipment to meet the specifications at conformanee with the specifications. no additional expense. C. Codes: The Cohtractor shall comply with the 2) Materials of construction of all rules and regulations of authorities having equipment. ~ jurisdiction over the work specified herein, 3) Manufacturer's catalog data, operating including but not limited to, the Uniform literature. Specifications, performance Fire Code with local amendments data, and calibration curves for exhaust _ (Article 80, Hazardous Materials, in fan, and auxiliary components. particular) and the 1991 Uniform Building Code. 4) Complete instrumentation, control, logic .-- and power wiring diagrams in sufficient D. ~: Testing of absorption of a similar detail to allow installation of the vapor shall have been carried out at a fully instrumentation, controls, and electrical __ accredited national testing laboratory facility components. [Council of American Building Officials (CABO) or equal], with appropriate 5) Manuals: Furnish manufacturer's __ witnesses. Any test carried out at a installation, operation and maintenance manufaeturer's facility will not be manuals, bulletins, and spare parts lists. considered acceptable. Scrubber supplier shall provide sufficient test data to 6) Affidavits: Furnish affidavit from the ' demonstrate that they have successfully system supplier stating that each system evaluated their full-scale absorption system has been properly installed and tested and its ability to neutralize the adverse and is ready for full time operation. · " consequences of a 150-1b. chlorine or ammonia spill. Test results exhibiting C. Design Calculations: The CONTRACTOR conformance to the Uniform Fire Code shall submit complete design calculations -- regarding ammonia or similar gas emissions for the Emergency Ammonia shall be made pan of the required design Scrubber/Ammoniation Package to confirm submittal for approval prior to release for the following: -- fabrication. All of the costs associated with 5-39 1) The system design calculations must 2) Up to eight hours to train Owner's staff demonstrate a minimum overall system in operation of the system, including _ removal efficiency of 99.99%. safe chemical handling procedures. 2) The pressure in the ammonia storage 3) One trip of 2-days shall be provided for room must never exceed ambient tasks "1" and "2" above. ' atmospheric pressure from the beginning of the design leak event to the PART 2 - PRODUCTS time the scrubber system shuts off. ' 2.1 DESIGN &PERFORMANCE CRITERIA 3) The system shall be capable of A. Design Leak Iivlmt: The Emergency withstanding the imposed seismic loads -- specified. Certified design calculations Ammonia Scrubby' shall be of sufficient stamped by a registered professional size and design to treat a release of the entire engineer. Calculations shall include, contents of storod ammonia. The system -- but not be limited to, the following: shall be designed for the following conditions. . Dead loads · No. of Cylinders on Line ...........................2 · Live loads · Ammonia Stored Capacity, lbs ..............300 · Liquid Release Rate, lbs/min ...................28 ~ .Seismic loading per UBC code · Flash Release Rate, % ............................100 ·Anchor lug attachment to the shell · Storage Building Volume, ft3 ................340 ' 4) The unit shall be capable of . Minimum Ventilation Rate, acfxn ..........250 withstanding hydrostatic load of shop · Maximum Outlet Vapor Cone., ppm .... 250 tests and the field conditions of being · Once Through Water Flowrate, gpm .... 100 " filled to the overflow level with water. · Water Source Pipe Size, inches ................. 2 5) The system calculations shall include -- ventilation rate, system pressure, B. The Emergency Ammonia Scrubber shall be ammonia flow and weight, aqueous a single-pass system which draws vapor ammonia concentration from the from contaminated room, treats the vapor, ~- beginning to the end of the scrub and discharges to the atmosphere outside the cycle. building. Ammonia concentration in the discharge shall not exceed 250 ppm at any _ 6) The exhaust fan is capable of handling time. The system shall also lower the the minimum required air flow from concentration in the room to 1 ppm in less the ammonia storage room including than 120 minutes after evaporation of all _ the resistance of all ductwork, fittings, liquid ammonia has completed. and system components. C. The Emergency Ammonia Scrubber shall 1.5 MANUFACTURER'S SERVICES provide sufficient draft to overcome the resistance of ductwork, fittings and dampers A. The system manufacturer's representative to maintain a negative pressure in the room, shall be present at the job site for the to prevent atmosphere leakage of vapor. ~. following time period; travel time excluded: D. The Emergency Ammonia Scrubber shall be 1) Up to eight hours for inspection and designed for compete and automatic ~ certification of the installation, and operation in response to a signal from room assisting Owner's staff in the initial located leak detector or in response to filling of the water storage tank. manual activation. 5-40 2.2 EQUIPMENT: shall be 3/4-inch clear PVC. The gage shall be provided with shutoff ball valves. A. Ammonia Scrubber System: C. Actuated Water System; The ammonia gas scrubber system shall be a three-stage, once through absorber, designed to One actuated water valve and pressure regulator remove minimum of 99.99% of ammonia vapor shall be provided for each scrubber systern. The in a single pass. The scrubber system shall water valve shall be a butterfly or ball type of consist of three horizontal crossflow packed bed Sch 80 PVC construction and operate from systems. Partially treated gases shall pass voltage supplied by the scrubber control panel. through each crossflow packaged bed section to The water pressure regulator shall be of proper remove the majority of the remaining ammonia size for the designe~l water flow rate and be vapors. The packed bed section shall include a installed by the Contragtor prior to the actuated spray header to distribute the liquid evenly over water valve. T!~ regulator shall be the packing section. A final polishing stage shall manufactured by Watts, or equal. remove all remaining ammonia vapor to meet the design requirements. The gases shall pass D. ~ through a high efficiency mist eliminator prior to discharging into the stack. Fan shall be fiberglass reinforced plastic or 316 stainless steel construction, centrifugal type with radial blade, industrial fan. Fan wheel shall be All spray nozzles shall be made of statically and dynamically balanced. Fiberglass polypropylene. The complete scrubber section construction shall conform to PS 15-69 product shall be an integral part of the overflowing standards. Fan material shall be suitable for sump. The overall system size, including the exposure to the specific service conditions. sump, fan and controls shall be as shown on drawings. Access shall be provided to allow access to the scrubber internals. Fan housing shall be constructed and reinforced with rigid bracing to increase structural integrity. Bearing support brackets shall be positioned to B. Overflowing System Sump: directly oppose belt tension forces. 1 ) The system sump shall be an integral part of the scrubber system. The tank shall be Fan housing shall be a curved scroll or in-line capable of minimizing contact between the design with a 1-inch NPT drain connection at the absorbed, aqueous ammonia and the process bottom of the fan scroll. Fan outlet shall have air stream. flanged nozzles. Fan shaft shall be epoxy coated steel. Fan shall have self-aligning grease-packed 2) The system sump shall be combined with bearings, with neoprene shaft seals and OSHA the absorber box into a single rectangular approved weatherproof motor/drive cover. The vessel to fit in the area shown on the fan shall be designed for following drawings. specifications: 3) All connections shall be fabricated of the * Air FIowRate ...................................250 acfm same material as the tank wall and shall · S.P up to scrubber inlet .....................1.0 in WC have the same inner corrosion barrier as the · Pressure Drop through Scrubber ......3.0 in WC tank wail. All flange connections shall be · Motor HP ..........................................1.0 HP gusseted to the tank wall with 1/4-inch thick flat plate gussets. The fan shall have a 3-phase, 60 Hz, 200 volts, TEFC motor with a 1.15 service factor. 4) The vessel shall be provided with a sight level gage that will give a visual level E. Motor Starter/Transformer: Provide local indication from a point 3-inches above the control panel with 480V to I10V voltage bottom to a point 12-inches above the transformer and motor starter for fan. A single absorber section of the vessel. The gage 208V, 3 phase, 4 wire power shall be provided to the local control panel. 5-41 F. Pre-Assembled System: The antmomation/ a) W & T Series V-100 A1, or equal, scrubber system shall be designed, fabricated, Gas Chlorinator with Rotameter, _ factory assembled and tested with water before capable of feeding up to 200-1bs. per shipping to the job site. All system components day. (ammonialion equipment, scrubber, fan and control panel) shall be piped and wired and b) W & T V-100 EF, or equal, Flow ' shipped to the job site as a single unit. Proportional Controller Installation shall require nothing more than an electrical power source, water connection, and c) W & T 50-350 Digital Two Cylinder ' properly sized ducting for the scrubber inlet and Scale with 4/20 ma Output outlet. d) W & T Automatic Switchover ' G. Ammoniation Equipment: Vacuum Regulators 1) Comairtment Structure: The supplier shall e) Trap and Filter Kit for Vac- -- furnish and deliver a complete containment Regulators structure to house six (6) 150-1b ammonia cylinders. The structure shall be suitable f) Water Injector for ammonia containment, personnel access, outdoor installation, and pre- g) Feed Rate Output Signal (4/20 ma) packaged skid-mounting as part of the total system supplied. The structure shall be h) W & T 55-350 Digital Two Cylinder chemically resistant to ammonia gas. It Scale with 4-20 ma Output shall be suitably designed to provide ventilation for workers and emergency i) Open channel or main connection ' scrubber operation. Access door shall be diffuser as required of fiberglass cometion and with a minimum opening of six (6) feet high by j) Feed Rate Output Signal (4-20 ma) ' thirty (30) inches wide. The unit shall be provided with the following accessories: 3) Ammonia Detection Equipment: The manufacturer shall supply Mil-Ram ' a) See-through Door Window Technology model Tox Array 1500 gas detectors or equal. These units shall be b) Lifting Rings protected from radio frequency -- c) Side Wall Vent with Backdraft Damper disturbances by the supplier or the detectors will be supplied with time delay d) Exhaust Fan with Backdraft Damper circuits that will minimize nuisance alarms --- e) Automatic Electric Heater or equipment start-up. The detectors shall start the scrubber and transmit an alarm to f) l-ca. 48" Florescent Lights Fixture with 2 Tubes the City's SCADA System in a detection -- range of 1-3 ppm. g) 2 ca. 110V Duplex Outlets h) Mounting Gasket 2.3 SYSTEM ACTIVATION " i) Cylinder Rack with Safety Chain for The Emergency Ammoma Scrubber shall 150-1b Cylinder operate manually in response to hand switches or automatically in response to contact closures ~ 2) Ammoniation Equipment: The at remote leak detectors. The system shall ammoniation equipment shall be Wallace & normally remain in automatic mode for standby Tieman, Solution Feed, V-100 conditions. System response for manual and ' Ammoniator, or equal. The package automatic modes is described below. system shall include the following components to make a complete and " functioning automatic system: 2.3.1. Manual Control · Fan HAND-OFF-AUTO Switch The control system shall provide for · Fan "Run" Light [Red] _ manual control of the following items: · Water HAND-OFF-AUTO Switch · System Start · Water Valve "Opt" Light [Red] ' · System Stop · Fan "Fail" Light [Amber] · Scrubber Exhaust Fan The control panel shall include 120 VAC ' · Actuated Water Valve controls, motor startas for fan and control for actuated water valve. Manual control shall be enabled by ' tunninE a HAND-OFF-AUTO switch 2.5 FRP FABRICATION SPECIFICATIONS for the respective piece of equipment FOR SCRUBBER AND DUCTWORK: to the HAND setting. The selected General: -- device shall start, and a pilot light will energize to denote that it is operating. Each scrubber shall be a Fiberglass Reinforced Plastic (FRP) vessel. All materials and -- The scrubber system shall be able to fabrications furnished in accordance with this be started manually if desired by specifications shall comply with all federal, state turning a "START" switch. The and local ordinances of the place of installation -- scrubber shall function the same as and with the following cede and standards: during automatic mode if the scrubber is staxted in this manner. PS 15-69: National Bureau of standards _ Voluntary Product Standard "Custom contact 2.3.2. Automatic Control molded Reinforced Polyester Chemical Resistant Process Equipment". The control system shall provide for ' automatic control of the scrubber such ASTM D-883: "Definition of Terms Relating to that when the HAND-OFF-AUTO Plastics" switches noted above are see to -- AUTO, the scrubber system shall ASTM D-2583: "Test for Indentation Hardness operate automatically based a signal from an Ammonia Deeector in the of Rigid Plastics by Means of Barcol -- ammonia storage area. Impressor." ASTM D-2563: "Recommended Practice for When the Local Control Panel Classifying Visual Defects in Glass Reinforced -- receives a start signal from the Plastic LammateParts." ammonia deeector, the motorized water valve shall open and the fan shall ASTM D-4097-82: "Standard Specifications -- start. Status lights shall energize to for Contact Molded Glass Fiber Reinforced indicate that the fan is operating. Thermoset Resin Chemical Resistant Tanks." __ 2.4 CONTROL PANEL Design Criteria: The scrubber system shall be furnished with a Scrubber absorber vessel shall conform to the scrubber-mounted Local Control Panel with a -- non-metallic NEMA 4X enclosure to house the following structural design criteria: required controls. The control panel shall Working Pressure - include the following switches and lights: Scrubber and Ducting .......6" WC vacuum · System HAND-OFF-AUTO Switch Water Storage .........................Hydrostatic load of _ · System "READY" Status Light [Red] sp. gravity = 1.2 5-43 ' Wind Load .............................100 mph Fabrication: Live Load ...............................200 lb/sq.~. ' 1 ) General: Fabrication shall be in accordance with NBS PS 15-69, ASTM D 3299 and Material of Construction: ASTM D-4097. All non-molded surfaces shall be coated with resin incorporating 1) The scrubber absorber vessel and paraffin to facilitate a full cure of the ' accessories shall be contact molded, surface. All cut edges, bolt holes, secondary manufactured in accordance with NBS PS bonds shall be sealed with a resin coat prior 15-69 and ASTM D 4097 for contact to the final parafflnated resin coat. All ' molding and ASTM D 3299 for filament voids to be filled with a resin paste. winding. Any visual defects shall not exceed ASTM D-2563 Table 1. 2) Corrosion Liner: The inner surface of all ' laminates shall be resin rich and reinforced 2) Resin used in fabrication shall be a premium with one NEXUS 1012 with a minimum vinyl ester type such as Hetron 922 by thickness of 10 mils. The interior corrosion -- Ashland Chemicals, Derakane 411 by Dow layer shall consists of two layers of 1-1/2 Chemical or approved equal. The resin oz. per sq. It. chopped strand mat. If the shall be reinforced with an inner veil of a application is by chopper gun spray up the -- suitable synthetic organic fiber such as glass fiber shall be 1/2 to 2 in length. The Nexus 1012. total corrosion liner thickness shall be a minimum of 100 mils and have a resin to _ 3) Reinforcement: Glass fiber reinforcement glass ratio of 80/20. All edges of used shall be commercial grade corrosion reinforcement to be lapped a minimum of resistance borosilicate glass. one inch. All glass fiber Yeinforcement shall be Type 3) Structural Laminate: Structural laminates C, chemical grade, Type E electrical grade. shall consist of alternating layers of 1-1/2 oz -- per sq. It mat or chopped glass and 24 oz Surfacing veil shall be 10 rail Nexus 1012 per sq. yard woven roving applied to reach a or equal. designed thickness. Actual laminate ' Mat shall be Type "E" (electrical grade) sequences shall be per the laminate tables glass, 1-1/2 oz. per sq. It with a nominal shown on fabrication drawings. The exterior surface shall be relatively smooth fiber length of 1.25 + 0.25 inches, with a - and shall have no glass fibers exposed. The -- silane finish and styrene soluble binder. exterior shall be surface coated with white Continuous glass roving, used in chopper gel coat containing ultra violet light -- gun spray-up applications shall be Type "E" inhibitors. grade with chrome or silane coupling agent. Accessories: _ Woven roving used for reinforcement shall Air inlet, mr outlet, motorized water valve, ' be 24 oz. per sq. yard Type "E" glass and spray headers, baffles, packing support, drain, have a 5 x 4 plain weave. level connection, access for mist eliminator and -- all connections shown on the drawings shall be 4) Miscellaneous: provided by the manufacturer. Tie down lugs a) Stainless Steel: Unless otherwise shall be mtegrally molded into the walls of the .-- specified, all fasteners, and metal sump. Anchor bolts shall be 316SS and attachments, such as anchors, designed for the specified loads. All flanges six brackets, etc., shall be ANSI 316SS. inches in diameter or smaller shall be reinforced _ with plate or comcal gussets. Flanges for liquid b) Gaskets: Unless otherwise specified, service shall be ANSI std B 16.9 and air all gaskets shall be EPDM. connections shall be duct flanges per PS 15-69 _ Table 2. Access flanges for manways, mist 5-44 eliminator, and packing access flanges shall be 3.3 WARRANTY air tight to the pressure equal to or higher than Manufacturer shall guarantee the whole system, the corresponding fan static pressure and shall both in material and workmanship for a period be water tight. Interior fasteners shall be of of one year from the day of final acceptance, not corrosion resistance materials such as PVC or FRP. to exceed 18 months from shipment. Acceptance: The engineer, owner or their designated representative shall be allowed access to the equipment during and after fabrication for the purpose of verifying compliance to the contract specifications. The engineer's inspection is not iraended to replace the fabricator's own quality assurance procedure. PART 3 - EXECUTION 3.1 MANUFACTURER'S REPRESENTATIVE, OPERATION AND MAINTENANCE MANUALS, AND TESTING A. The services of a factory representative shall be provided as specified in 1.4 to insure proper installation and start-up of the ammoniation/scrubber system. B. Operation and Maintenance manuals shall be submitted to the Owner prior to final acceptance of the equipment. C. Upon completion of installation of the scrubber system, the Contractor shall be responsible for performing an acceptance test to verify the satisfactory operation of the system and the design performance requirements of the specification. As a minimum the test shall include but not be limited to the following: 1)The test shall be wimessed by the Owner. 2) Air flow and pressure shall be measured and recorded. 3)The system sump shall be leak tested prior to system activation. 4) System component operation shall be tested by energizing ammonia leak detector. 5-45 ELECTRICAL SECTION OF SPECIAL CONDITIONS Page No. _ SC.38 Electrical Ggneral Provisions ...............................................................................................5-46 SC.39 Raceways ............................................................................................................................5-50 SC.40 Wire and Cable ...................................................................................................................5-56 SC.41 Transformers .......................................................................................................................5-59 SC.42 Miscgllancous Electrical ......................................................................................................5-60 -- SC.43 Motor Control Centers .........................................................................................................5-62 SC.44 Underground .......................................................................................................................5-68 SC.45 Grounding Systems .............................................................................................................5-69 _ SC.46 Instrumentation ...................................................................................................................5-70 ELECTRICAL SC.38 ELECTRICAL GENERAL PROVISIONS agencies: A. General 1. Underwriters Laboratories 2. National Electrical Manufacturem Association The General Conditions and Requirements, Special 3. American National Standards Institute Provisions, are hereby made a pan of this Section. 4. Insulated Power Cable Engineers Association 5. National Electrical Code The Electrical Drawings and Specifications under ff~s 6. National Fire Protection Association ' Section shall be made a pan of the Contract Documents. The Drawings and Specifications of The use of the terms "as (or where) indicated", "as other sections of this contract, as well as supplements (or where) shown", "as (or where) specified", or "as ' issued thereto, information to bidders and pertinent (or where) scheduled" shall he taken to mean that the documents issued by the Owner's Representative are reference is made to the Contract Docmnents, either a part of these Drawings and Specffications and shall on the Drawings or in the Specifications, or both -- be complied with in every respect All the above documents. documents will be on file at the office of the Owner's representative and shall he examined by all The use of the words "furnish', "provide", or -- the bidders. Failure to examine all documents shall "install" shall be taken to mean that the item or not relieve the responsibility or be used as a basis for facility is to he both furnished and installed under additional compensation. the electrical section, unless stated to the contrary -- that the item or facility is to he either furnished Furnish all work, labor, tools, superintendence, under another section or under another Contract, material, equipment and operations necessary to furnished under this section and installed under _ provide for a complete and workable electrical another section or under another Contract, or system as defined by the Contract Documents. furnished and installed under another section or under another Contract. _ Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions to be B. PERMITS AND CODES met for installing the work and adjust bid _ accordingly. Secure all permits, licenses, and inspection as required by all authorities having jurisdiction. Give It is the intent of the Contract Documents that upon all notices and comply with all laws, ordinances, completion of the electrical work, the entire system rules, regulations and contract requirements bearing ' shall be in a finished, workable condition. on the work. All work that may be called for in the Specifications The minimum requirements of the .electrical system -- but not shown on the Drawings, or, all work that installation shall conform to the latest edition of the may be shown on the Drawings but not called for in National Electrical Code, as well as state and local the Specifications, shall he performed by the codes. -- Contractor as if described in both. Should work be required which is not set forth in either document, Codes and ordinances having jurisdiction and but which work is nevertheless required for fulfilling specified Codes shall serve as minimum _ of the intent thereof, then the Contractor shall requirements, but, if the Contract Documents indicate perform all work as fully as if it were specifically set requirements which are in excess of those minimum forth in the Contract Documents. requirements, then the requirements of the Contract -- Documents shall be followed. Should there he any The definition of terms used throughout the Contract conflicts between the Contract Documents and codes, Documents shall be as specified by the following or any ordinances, report these with bid. 5-46 C. PRODUCT STANDARDS responsibility for error in the shop drawings or submittals. _ All materials and equipment shall conform to the requirements of the Contract Documents. They shall Failure to process submittals or shop drawings on be new, free from defects, and they shall conform to any item and/or items specified shall make the the following standards where these organizations Contractor responsible for the suitability for the item have set standards: and/or items, even though the item and/or items installed appear to comply with the Contract I. Underwriters Laboratories (UL) Documents. ' 2. National Electrical Manufacturer's Association (NEMA) Assume all costs and liabilities which may result 3. American National Standards Association from the ordering of any nm~rial or equipment prior -- (ANSI) to the review of the shop drawings or submittals, and 4. Insulated Cable Engineers Association (ICEA) no work shall be done until the shop drawings or submittals have been reviewed. In case of correction -- All material and equipment of the same class shall or rejection, re,submit until such time as they are be supplied by the same manufacturer, unless accepted by the Owner's Representative, and such specified to the contrary. procedures will not be cause for delay. All products shall bear UL labels where standards Submittals and shop drawings shall be compiled have been set for listing. from the manufacturer's latest product data. Should _ there be any conflicts between this data and the When the Contractor provides a product for this Contract Documents, report this information for each project be shah be bound by the terms and submittal and/or shop drawing. conditions of the Contract Documents and he shall agree to warrant and to be liable for the Shop drawings and submittals will be returned and merchantability and fitness of his product to the unchecked if the specific items proposed are not applications to which his product is applied under the clearly marked, or if the General Contractor's Contract Documents. approval stamp is omitted. D. SHOP DRAWINGS AND SUBMITTALS When requested, furnish samples of materials for acceptance review. If a sample has been reviewed Shop drawings and submittals shall comply with and accepted, then that item of material or equipment General Conditions and as specified herein. installed on the job shall be equal to the sample; if ' it is found that the installed item is not equal, then Shop drawings shall be taken to mean detailed replace all such items with the accepted sample drawings with dimensions, schedules, weights, equivalent. -- capacities, installation details and pertinent information that will be needed to describe the E. ACCEPTANCE AND SUBSTITUTIONS OF material or equipment in detail. PRODUCTS Submittals shall be taken to mean catalog cuts, All manufacturers named are a basis as a standard of general descriptive information, catalog numbers and quality and substitutions of any equal product will be _ manufacturer's name. considered for acceptance. The judgement of equality of product substitution shall be made by the Submit for review all shop drawings and submittals Engineer. as hereinbefore called for. Substitutions after award of Contract shall be made Review of submittals or shop drawings shall not only within sixty (60) days after the notice to _ remove the responsibility for furnishing materials or proceed. Furnish all required supporting data. The equipment or proper dimensions, quantity and submittal of substitutions for review shall not be quality, nor will such review remove the cause for time extensions. 5-47 Where substitutions are offered, the substituted product shall meet the product performance as set G. WATERPROOFING forth in the specified manufacturer's current catalog literature, as well as meeting the details of the Provide waterproof flashing for each penetration of Contract Documents. exterior walls and roofs. 7' The details on the drawings and the requirements of H. CONSTRUCTION REQUIREMENTS the Specifications are based on the first listed material or equipment. If any other than the first Except where specifically noted or shown, the ' listed material or equipment is furnished, then locations and elevations of equipment are assume responsibility for the correct function, approximate and are subject to small revisions as operation, and accommodation of the substituted may prove necessary or dmirable at the time the -- item. In the event of misfits or changes in work work is installed. Locatiot~s changed substantially required, either in this section or other sections of the from that shown on the drawings shall be confirmed Contract, or in both, bear all costs in connection with with the Engineer in advance of construction. -- all changes arising out of the use of other than the first listed item specified. Where equipment is being furnished under another Division, request from Engineer an accepted drawing _ Substitutions of products under other sections may that will show exact dimensions of required locations occur. Make necessary adjustments and additions to or connections. Install the required facilities to the work under other sections to accommodate those exact requirements of the accepted drawings. _ substitutions. Such adjustments and additions shall be performed in compliance with the electrical All work shall be done in the best and most specifications. workmanlike manner by qualified, careful electricians who are skilled in their trade. The standards of work Energy efficiency of each item of power consuming required throughout shall be of the first class only. equipment shall be considered one of the standards for evaluation. Unless shown in detail, the Drawings are ' diagrammatic and do not necessarily give exact F. CUTTING AND PATCHING details as to elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, ' Cutting and patching required under this section shall install the raceway system to conform to the be done in a neat workmanlike manner. Cutting structural and mechanical conditions of the lines shall be uniform and smooth. construction. Use concrete saws for large cuts in concrete and use Holes for raceway penetration into sheet metal core drills for small round cuts in concrete. cabinets and boxes shall be accurately made with an -- approved tool. Cutting openings with a torch or Where openings are cut through masonry walls, other device that produces a jagged, rough cut will provide lintel or other structural support to protect not be acceptable. _ the remaining masonry. Adequate support shall be provided during the cutting operation to prevent Cabling inside equipment shall be carefully routed, damage to masonry. trained and laced. Cables so placed that they obstruct ~. equipment devices will not be acceptable. Where large openings are cut through metal surfaces, attach metal angle around the opening. Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced that · Patch concrete openings that are to be filled with equipment is held in a rigid, tight-fitting manner. nonshrinking cementing compound. Finish concrete patching shall be troweled smooth and shall be I. EQUIPMENT PROTECTION ~ uniform with surrounding surfaces. Provide suitable protection for all equipment, work 5-48 and property against damage during construction. K. INSTAI,I ATION OF WORK UNDER ANOTHER SECTIONS Assume full responsibility for material and equipment stored at the site. Except as otherwise indicated, details of control and signal wiring required for plant instrumentation are Conduit openings shall be closed with caps or plugs not shown; however, ascertain the requirements and during installation and made watertighL All ou~et install wiring as required under that division. If boxes and cabinets shall be kept free of concrete, wiring and requirements differ from that shown plaster, din and debris. under the electrical sections, request clarification from the Engineer prior to installation of work. Equipment shall be covered and tigh~y sealed against entrance of dust, dirt and moisture. Verify the electrical capacitie~s of all motors and electrical equipment furnished under other sections, All dry-type transformers prior to energization shall or furnished by the Owner, and request wiring be protectext against moisture and dirt absorption by information from the Engineer if wiring requirements a suitable covering. Also, maintain heat inside the are different from that specified under this Section. covering by means of 100 watt minimum lamps. Do not make rough-ins until equipment verification has been received. Interiors of and motor control centers shall be kept clean and dry prior to energiza~on. Maintain heat Install all motors, controllers, terminal boxes, pilot inside each unit with one (1) 100 watt lamp located devices, and miscellaneous items of electrical at bottom of each vertical section or energize section equipment that are not integrally mounted with the space heaters. equipment furnished under other divisions. All such equipment shall be securely mounted and adequately J. COOPERATION WITH WORK UNDER OTHER supported in a neat and workmanlike manner. DIVISIONS L. CHANGE ORDERS Cooperate with all other trades so as to facilitate the general progress of their work, Allow all other In the event change orders are prepared, they shall trades every reasonable oppornmity for the each be itemized as to quantities in addition to labor, installation of their work and the storage of their materials, and overhead. materials. Pricing of change orders ~all be done in compliance The work under t~s section shall follow the general with the late~ e~tion of °'Means Electrical Co~t building cons~'uction closely. Set all pipe sleeves, Data" and pricing shall not exceed values tabulated h'~erts, etc., and see that openings for chases, pipes, therein. etc.., are provided before concrete is placed or masonry ins~.alled. M. CONTINUOUS SERVICE OF EXISTING CIRCUITS AND SYSTEMS Work with other trades in determining exact locations of oudets, conduits, fixtures, and pieces of Continuous service shall be maintained on all eq~pment to avoid interference with lines as exitrig circuits and equipment affected by the work required to maintain proper h~tallation of other shown on the Contract Documents, except where the work. Owner will permit outage for a specific time. Obtain Owner's written permission before removing any Make such progress in work that will not delay the circuit from continuous service. Where duration of work of other trades. Schedule the work so that proposed outage cannot be tolerated by the Owner, completion dates as established by the Engineer are provide temporary connections as required to met. Fumish sufficient labor or work overtime to maintain service. accomplish these requirements if directed to do so. 549 N. CLEAN-UP 6. Mechanical inspection of all low voltage circuit breakers, disconnect switches, motor starters, Remove all temporary labels, dirt, paint, grease and control equipment, etc... for proper operation. stains from all exposed equipment Upon completion 7. Provide all instruments and equipment required of work, clean equipment and the entire installation for the above tests. so as to present a first class job suitable for occupancy. No loose parts or scraps of equipment Q. RECORD DRAWINGS shall be left on the premises. At the start and during the progress of the job, keep Equipment paint scars shall be repaired with paint one separate set of blue-line prints for making kits supplied by the equipment manufacturer or with construction notes and mark- ups. an approved paint Show conduit routing and wiring runs as constructed Clean interiors of each item of electrical equipment. and identify each. At completion of work all equipment interiors shall be free from dust, din and debris. Record all deviations from the Contract Documents. O. PAINTING Submit set of marked-up drawings for review. The final payment will not be made until the review is All exposed conduit, fittings, supports, and junction complete. boxes in f'mished indoor areas shall be painted. Motor control centers, transformers, and conduit and R. OPERATIONS AND MAINTENANCE fittings in storage areas are not required to be MANUALS painted. Color shall match wall onto which conduit or junction box is mounted. Reference section SC.33 Six (6) weeks prior to the completion of the project, for requirements. compile an Operations and Maintenance Manual on each item of equipment. These manuals shall include P. TESTS detailed instructions and maintenance as well as spare pans lists. Test all systems furnished under electrical section and repair or replace all defective work. Make all Submit copies for review as hereinbefore specified. necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the Preliminary Operations and Maintenance Manuals system. shall be included with the initial shipments. Make all circuit breaker and protective relay SC.39 RACEWAYS adjustments and seuings. A. SCOPE Make the following minimum tests and checks prior to energizing the electrical equipment: This section shall include raceways, enclosures, supporting devices ancillary fittings and 1. Check all wire and cable terminations for appurtenances. Fumish and install the complete tightness. raceway systems as shown on the Drawings and as 2. Test all wiring as specified in SC.40 specified herein. 3. Test grounding system as specified in SC.45 4. Set all transformer taps as required to obtain the Raceway is a broad-scope term that shall be defined proper secondary voltage. by the National Electrical Code under Article 100. 5. Carefully check all interlocking, control and instrument wiring for each system to ascertain B. APPLICATIONS that the system will function properly as indicated by schematics, wiring diagrams, or as Except as otherwise shown on the Drawings, or specified herein. otherwise specified, all underground and in-slab 5-50 conduit raceways shall be of the following type: 17. Foam Sealant 1. Except as otherwise specified, all power and D. SAMPLES control underground conduit runs shall be made with schedule 40 PVC. Bends to grade Process samples for the following: shall be made with plastic coated rigid galvanized steel conduit. 1. Plastic coated rigid metallic steel conduit (12" long with coupling for 314" C) 2. All instrumentation underground conduit 2. Liquid tight flex (12" long with box rims shall be made with plastic coated rigid connector for 314" C.) galvanized steel conduit. Submit samples along with $mbnfittals. Except as otherwise shown on the Drawings, or E. RACEWAY PRODUCTS otherwise specified, all above grade conduit raceways shall be of the following type: Rigid metallic aluminum conduit shall be manufactured of 6063 alloy, T-1 temper, with no I. Indoor exposed power and control conduit more than 0.02% copper content All conduit shall be rigid aluminum conduit. couplings shall be threaded aluminum. All such Instrumentation, signal, and communication conduit shall be listed with UL and comply with conduit shall be rigid steel conduit in the UL-6 and ANSI C80.5. Aluminum conduit shall be control room and plastic coated rigid steel New Jersey Aluminum, or equal. conduit in the pump room. 2. Outdoor exposed power, control, and Rigid metallic steel conduit shall be hot-dip instrumentation, signal, and communication galvanized inside and outside and over threads. All conduit shall be rigid steel conduit, except such conduit shall comply with U.L. Standard UL-6, where areas are denoted as corrosive or Federal Speci~cation WWC-581-D, ANSI C'90.1,and NEMA 4X. In those area furnish plastic NEMA RNl-1980. Furnish Triangle, Republic or coated rigid steel conduit, fittings, and boxes. equal. 3. Conduit concealed in masonry shall be with plastic coated rigid steel. Plastic coated rigid steel conduit shall consist of rigid steel body that complies with above specifications for C. SUBMITTALS AND SHOP DRAWINGS rigid metallic steel conduit, plus conduit shall have 40 mil thick heat-fused PVC over outside and 2 rail Process catalog submittals for the following: coat of fully catalyzed phenolic inside. The inside coat shall have the chemical resistance of the outer 1. Rigid Metallic Aluminum Conduit coating and shall not dissolve in lacquer thinher. All 2. Plastic Jacketed Rigid Steel Conduit couplings shall be equipped with PVC sleeves that 3. Rigid Non-Metallic Conduit extend one pipe diameter or 2", whichever is less, 4. Liquid-tight Flexible Conduit beyond the end of the coupling. All plastic coated 5. Liquid-tight Fittings conduit shall conform to NEMA Standard 6. Conduit Bushings #RNI-1974 Crype A) and such conduit shall be 7. Conduit Bodies Robroy "Plastibond Red", or equal. 8. Conduit Sealing Fittings 9. Expansion-Deflection Fittings Non-metallic rigid conduit shall be Schedule 40 10. Expansion Fittings PVC. Such conduit shall be UL listed for 90 degrees 11. Cast Metal Boxes C and shall conform to NEMA TC-2 and UL-65 1 12. Tape Products standards. Furnish Carlon, Sextco, or equal. Fumish 13. Wiring Devices manufacturer's approved solvent for joining 14. Supporting Devices couplings. 15. Labels 16. Grounding Devices Liquid-tight flexible conduit shall consist of 5-51 hot-dippedgalvanized,~exible interlocking steel core such connectors shall be OZ/Gedney 4Q series, or with thermoplastic cover, integral copper ground wire equal. .- (through 1-114" trade size) and shall be OZ/Geclney 'q;lexi-Guard", or equal. Rigid metallic conduit expansion/deflection fittings shall consist of galvanized malleable iron hubs with F. CONDUIT FITtINGS heat-fused epoxy coating, flexible neoprene joining sleeve banded to hubs with stainless meel bands, and NEMA 4 locknuts for rigid metalHc conduit shall with internal bonding jumper and guide cones. consist of galvanized steel body with neoprene Furnish Grouse-Hinds type "XDHF" or equal. " sealing ring. Furnish Grouse- Hinds, T&B, or equal. Rigid metallic conduit expamion fittings shall consist NEMA 1 locknuts for rigid metallic conduits shall be of metallic barrel joined to hubs at each end. One "-' galvanized steel for use with galvanized steel conduit hub shall be threaded to huml and other hub shall and hardened aluminum for use with aluminum have slip fit to allow up to four (4'3 inches of conduit. conduit lateral movement. Provide external bonding · - jumper for each expansion joint. Furnish Conduit field-applied hubs for sheet metal enclosures Grouse-Hinds type "XJ", OZ Type "AX", or equal. shall be aluminum body with recessed ncoprene ~ sealing ring, threaded NPT insert, and shall be, T&B Conduit waterstops for sealing inside of conduit nms 370 AL series, or equal products by OZ/Gedney. shall consist of aluminum pressure discs with sandwiched neoprene seal and with 316 stainless _. Conduit hubs for non-metallic enclosures shall be steel hardware. Furnish OZ/Gedney type "CS" series fiberglass polyester reinforced with galvanized steel products, as indicated. core, complete with locknut and grounding bushing. All such hubs shall be Grouse-Hinds Type NHU, or G. CONDUIT BODIES AND BOXES equal. Conduit bodies such as "C", "LB", "T" and the like Rigid metallic conduit chase nipples, split couplings, pulling fittings shall be zinc coated with malleable ~ slip fittings, unions, reducers, and enlargers, shall be iron or aluminum (material shall match conduit). hot-dip or mechanically galvanized malleable iron. Covers for damp and/or wet location use shall be gasketed cast metal with "wedge-nut" clamps. Covers '~ Rigid metallic conduit short els and long els shall be for dry locations shall be cast aluminum and hot-dip galvanized malleable iron with NPTthreaded hardware shall be 316 stainless steel. All covers hubs and male ends. Throats shall be smooth and shall be equipped with clamp type tievises. Fumish · '- free from burrs. All such fittings shall be Crouse-Hinds Form 7, or Appleton Form "FM7" OZ/Gedney Type "9" Series, Appleton, or equal. products. · .-- Rigid metallic conduit split couplings shall have Conduit bodies for use in corrosive areas shall be as threaded body with split tightening shelves with specified above but shall have 40 rail plastic coated neoprene sandwich. Fumish malleable iron PVC jacket and 2 rail interior coating as specified for _ mechanically galvanized body. Such fittings shall be plastic coated rigid steel conduit. Fumish Robroy OZ type "SSP", or equal. Plasti-bond red fittings or equal. .-- Rigid metallic conduit grounding bushings shall be Conduit bodies such as "GUA", "GUAT", "GUAL", aluminum body with threaded hub, bakelite insulated and the like pulling/splicing fittings shall be cast throat, and tin-plated copper ground lug. Furnish aluminum with threaded cast aluminum covers. All .-- OZ/Geclney type ABLG, or equal. such conduit bodies shall be Killark "GE" series, or equal products by Crouse-Hinds or Appleton. Liquid-tight flexible conduit fittings shall be hot-dip galvanized steel body with internal locking ring and Cast metal oufiet boxes, pullboxes, and junction "' ground cone plus external ground wire fitting. boxes whose volume is smaller than 100 cubic Furnish straight or angle connectors as required. All inches, and cast metal device boxes, shall be 5 -52 sand-cast, copper-free aluminum or zinc coated J. SUPPORTING DEVICES sand-cast malleable iron. All boxes shall have threaded hubs. Furnish Crouse-Hinds "FD" style Mounting hardware, nuts, bolts, lockwashem, and condulets, Appleton "FD" style Unilets, or equal. washers, shall be Grade 304 stainless steel. Covers for cast metal boxes shall be gasketecl cast Urdess otherwise indicated, channel framing and ' metal covers with 316 stainless steel screws and shall supporting devices shall be manufactured of ASTM be suitable for use in wet or damp locations. 6063, TO6 g.rade aluminum; 1-5/8" wide x 3-1/4" deep (double opening type). Clamp nuts for use with -- H. PULL AND JUNCTION BOXES channels shall be grade 304 stainless steel. Pullboxes and junction boxes whose volume is less Where indicated, fumish gr~le 304 stainless steel -- than 100 cubic inches shall be furnished as specified slotted channel members 1-5/8' wide x 1-5/8" deep hereinbefore except where sheet metal type is shown, or 15/8" x 3 1/4" deep, double- faced type. All in which cases, furnish such sheet metal enclosures ~ihardware and conduit clamps shall be grade 316 __ in NEMA 4X 304 stainless steel construction with stainless steel. gasketeel covers of same material. Conduit clamp supports for terminating conduits onto _. Pullboxes and junction boxes whose volume is 100 cable trays shall be mechanically galvanized cubic inches and greater shall be NEMA 4X 304 malleable iron with adjustable angle clamp. Fittings grade stainless steel type with gasketedstainless steel shall be provided with 316 stainless steel hardware. ._ covers. Provide print pocket and interior hack panel Furnish O7-4Gedney type CTC products. for mounting of terminal strips where terminal strips are called for on the drawings. Furnish sheet metal All such channel members and fittments shall be boxes as manufactured by Hoffman or equal. B-Line, Unistmt or equal. Covers for sheetmetal pullboxes and junction boxes Conduit straps, and associated nuts, lockwashers and over 100 cubic inches (and for mailer sized where bolts for use with channels shall be 304 stainless " shown) shall have hinged doors. All hardware shall steel with 316 stainless steel hardware. Furnish be stainless steel. B-Line products or equal. ~ Cast metal junction boxes shall be cast aluminum After-set concrete inserts (drilled expansion shields type with gasketed, cast metal covers and with "D.E.S.") shall consist of two types. For anchors to stainless steel cover screws. Furnish Grouse-Hinds, accommodate 5/16" diameter bolts and smaller, --~ Appleton, or OZ Gedney products. provide HILTI "HDI" series 304 stainless steel anchors. For anchors to accommodate 3/8" diameter I. LABELS and larger bolts, provide HILTI "HVA" series with -- 316 stainless steel threaded inserts. Buried conduit marking tape for marking path of secondary buried conduits shall be four (4") inch Hanger rod shall be 3/8" minimum diameter Type _ nominal width strip of polyethylene with highly 304 stainless steel all-thread. visible, repetitive marking "BURIED CONDUIT" or similar language, repeated along its length. Nest-back or clamp-hack conduit supports shall be _ two-piece hot- dip galvanized malleable iron devices. Voltage warning labels for cabinets shall be Furnish Grouse-Hinds "MW+CB", OZ/Gedney waterproof vinyl strips with adhesive back and shall 140NG Series, or equal. have "DANGER (VOLTAGE) DISCONNECT : ' ALL SOURCES OF POWER BEFORE One-hole conduit clamps shall be hot-dip galvanized ENTERING". Letters shall be highly visible red malleable iron type, Crouse-HindsType "MW", T&B color on white background. 1270/1280 Serie s, OZ/Geclney "14G" Series, or equal cast aluminum products. 5-53 Conduit beam clamps shall be hot-dip galvanized be Research Laboratory type 'LPS", Mobil malleable iron and shall be as follows: "Zinc-Spray" or equal conductive zinc-rich spray enamel product. 1. Right Angle - OZ/Gedney Type 'UBCG', or equal. Foam sealant for waterproofing uses shall be as 2. Parallel- OZ/Gedney Type "UPCG', or equal. manufactured by Products Research & Chemical 3. Edge - O7_4Gedney Type "UECG", or equal. Corporation of Woodland Hills, California or appwved equal. Hanger rod beam clamps shall be clamp type with hardened steel, bolt, Steel City "500" Series, L. RACEWAY INSTALLATION Crouse-Hinds type "MW', or equal. Furnish swivel stud for each rod make-up. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free Conduit "J' hangers shall consist of steel straddle operation. The conduit system shall have the with detachable bolt. Finish shall be appearance of having been installed by competent eleclxo-galvanized. Furnish Kindorf type "C-149", workmen. Kinked conduit, conduit inadequately Unistrut "J-1200" Series, or equal. supported or carelessly installed, do not give such reliability and maintenance free operation and will Conduit 'U" bolts shall be hot-dip galvanized steel not be accepted. with 304 stainless steel bex-head bolts. Raceways shall be installed for all wiring runs, Equipment stands for supporting devices such as except as otherwise indicated. control stations, device boxes and the like, shall consist of a welded structural steel c-channel and Conduit sizes, where not indicated, shall be N.E.C. plate steel floor plate as detailed on the drawings. code-sized to accommodate the number and diameter Equipment stands shall be hot-dipped galvanized of wires to be pulled into the conduit. Unless after fabrication. otherwise indicated, 3/4" trade-size shall be minimum size conduit. K. MISCELLANEOUS MATERIAL Unless otherwise noted, conduit nms shall be Double bushings for insulating wiring through sheet installed exposed. Such runs shall be made parallel metal panels shall consist of mating male and female to the lines of the structure. Conduit shall be threaded phenolic bushings. Phenolic insulation shall installed such that it does not create a tripping hazard be high-impact therrnosetting plastic rated 150 or an obstruction for headroom. degrees C. Furnish OZ Type "ABB', or equal. All rims of rigid conduit shall be threaded, and all Conduit pull-cords for use in empty raceways shall male threads shall be coated with non-galling thread be glass-fiber reinforced tape with foot-marked compound prior to assembly. identification along its length. Furnish Thomas, Greenlee, or equal products. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each Conduit thread coating compound shall be equipped with a 40 mil thickness sleeve that shall conductive, non-galling, and corrosion-inhibiting. extend over the threads of the joined conduit. Each Fumish Crouse-Hinds Type "STL", Appleton Type joint shall be watertight. "ST", or equal. Field-cut threads in runs of plastic coated metallic Plastic compound for field-coating of ferrous conduit shall be cut with a special die that has rear material products shall be PVC in liquid form that reamed out oversize so as to slip over plastic coating. sets-up semi-hard upon curing. Furrfish Rob Roy Do not attempt to cut threads on plastic coated "Rob Kote', Sedco "Patch Coat", or equal. conduit with regular dies, whereby plastic coating is skinned back to allow the incorrect die to be used. Zinc spray for coating galvanized steel threads shall Coat all field-cut threads with cold-galvanizing spray, 5-54 use two coats to provide 1-rail minimum coating set plumb. Conduits set cocked or out of plumb will thickness. not be acceptable. Conduit runs made in concrete pours or Conduit entrances into equipment shall be carefully surface-mounted runs that are attached to the planned. CoRing away of enclosure structure, structure, shall be equipped with an torching out sill or braces, and removal of enclosure expansion/deflection fitting where they cross an structural members, will not be acceptable. expansion joint, or at every 100 feel Use approved hole cutting tools for entrances into Unless otherwise shown, conduit penetrations sheet metal enclosure. Use of cutting torch or through floors located below enclosures, shall be incorrect tools will not be acceptable. Holes shall be made each with couplings set flush with the outside cleanly cut and they shall be free from burrs, jagged faces of the concrete pour. Each pair of couplings edges, and tom metal. shall be joined with a threaded spool piece. Use coated aluminum or galvanized steel couplings. All raceways shall be swabbed clean after installation. There shall be no debris left inside. All Rigid metallic conduit runs shall have their couplings interior surfaces shall be smooth and free from burrs and connections made with screwed fittings and shall and defects that would injure wire irk.~tlation. be made up wrench-tight. Cheek all threaded conduit joints prior to wire pull. Coat all male M. INSTALLATION OF CONDUIT BODIES threads with Crouse-Hinds "STL" or equal, AND BOXES conductive lubricant prior to joining. Conduit bodies such as "LB", "T", "GUAT", etc., All conduit runs shall be watertight over their lengths shall be installed in exposed runs of conduit of run, except where drain fittings are indicated. In wherever indicated and where required to overcome which cases, install specified drain fittings. obstructions and to provide pulling access to wiring. Covers for such fittings shall be accessible and Plastic jacketed flexible steel conduit shall be used to unobstructed by the adjacent construction. GUA connect wiring to motors, limit switches, bearing series pulling bodies rather than LB fittings and the thermostats, and other devices that may have to be like, shall be used for splicing purposes as well as removed for servicing. Unless otherwise indicated, pulling access. maximum lengths of flex shall be six (69 feet. Covers for all conduit bodies shall be installed with Where plastic jacketed flex is installed, make up gasketed cast metal type where located in damp or terminal ends with liquid-fight flex connectors. In wet locations. wet locations, install sealing gaskets on each threaded male connector. Each flex connector shall All conduit boxes installed whose inside volume is be made-up tightly so that the minimum pull-out less than 100 cubic inches shall be cast metal type resistance is at least 150 lbs. Install external with gasketed cast metal cover, unless otherwise spirally-wrapped ground wire around each nm of indicated. liquid-tight flex and bond each end to specified grounding-type fittings. All conduit boxes whose inside volume exceeds 100 cubic inches shall be sheet metal type except where Empty conduits shall have pull-tapes installed. gasketed cast metal type, stainless steel or fiberglass Identify each terminus as to location of other end reinforced polyester are indicated. and trade size of conduit. Use blank plastic waterproof write-on label and write Nonnation on N. RACEWAY SUPPORT each label with waterproof ink. Cap exposed ends of empty conduit with plastic caps. All raceway systems shall be adequately and safely supported. Loose, sloppy and inadequately supported Conduit runs into boxes, cabinets and enclosures raceways will not be acceptable. Supports shall be shall be set in a neat manner. Vertical runs shall be installed at intervals not greater than those set forth 5-55 by the NEC, unless shorter intervals are otherwise 3. Conductor Connectors indicated, or unless conditions require shorter 4. Tape Products intervals of supports. 5. Labels Multiple runs of surface mounted conduit on C. WIRE AND CABLE PRODUCT.. S concrete or masonry surfaces shall be supported off the surface by means of alumimtm channels. Attach All conductors shall be soft-drawn annealed copper, each slotted channel support to concrete surface by Class B stranding that meets ASTM B-8. Copper means of two (2) 1/4" diameter stainless steel bolts conductors shall be uncoated, except as otherwise into drilled expansion shields. specified. Single rims of surface mounted conduit on concrete Meditun voltage cables slmll be one-conductor or masonry surfaces shall be supported with shielded power cable that shall have ethylene hot-dipped malleable iron conduit clamps and pwpylene {EPR) insttla~on with copper tape shield nest-back spacers. Furnish plastic coated malleable and PVC outer jacket Cable shall be rated for wet iron conduit chmps and nest backs where corrosive or dry applications. EPR insulation shall meet or areas are called out exceed requirements of ICEA S-68-516 and UL I072. Such cable shall be Okonite Product Group Conduit runs that are installed along metallic #1t4-23-3843, type MV-90. structures shall be supported by means of hot-dipped galvanized beam clamps as specified herein. Single conductor cable for power, control, and branch circuits shall have cross-linked polyethylene O. LABELING insulation, rated for 600 volts. Cable shall be NEC type XHHW. All such cable shall be rated for wet or In addition to labeling requirements as specified dry use. Cable insulation shall be color coded with throughout this and other Sections, install wiring and factory pigmented colors below size #6 awg. Color raceway labeling as follows: coding shall be as specified under Part 3 of this section. Cable shall be as manufactured by Southwire 1. Apply write-on identification to empty or equal. conduits to identify each conduit as to terminus of other end and also to identify Instnanent cable for analog circuits, shall be #16 trade size of conduit. awg, twisted shielded pairs or triads with PVC insulation and overall jacket. Cable assembly shall be 2. Where active conduits terminate into bottoms rated for 600 volts, wet or dry locations. Furnish of motor control centers, install label on each Okonite "Okoseal-N Type P-OS" or approved equal. conduit terminus and show ntunber and size Cables for 24 volt dc control ciricuts shall be single of wiring and function of circuitry and Wade conductor with type XHHW 600 insulation. size of conduit. Ground mat and associated upcomers and grounding SC.40 WIRE AND CABLE conductors shall be tin-plated stranded copper. A. SCOPE D. CONNECTOR PRODUCTS This section shall include wire and cable, terminating Connectors for 5 kV cable shall be crimp type devices, splice kits, labeling, and appurtenances. compression connectors. Each connector shall be long-barrel tin-plated copper products. Furnish B. SUBMITTALS AND SHOP DRAWINGS Blackburn 'CTL' series products, or equal. Insulated spring wire connectors, "wire-nuts", for Process catalog submittals for the following: small building wire taps and splices shall be plated spring steel with thermoplastic jacket Connector 1. Power and control cable shall be rated at 150°C continuous. Furnish 3M 2, Instrument cable "Hyflex", T&B "PT", or equal. 5-56 Mechanical connectors for 600V class wiring shah be Insulation putty filler-tape shall be Plymouth #32074, tin-plated copper ahoy bolted pressure type with 3M Scotchfill, or equal. bronze tin-plated hardware. Furnish connectors as ~ follows: Arc and fireproofrag tape shall be Plymouth #3318, 3M Scotch #70 or equal. Single conductor to flate plate - Blackburn ' LH F. LABELING PRODUCTS Multiple conductor to flat plate - Blackburn Colored banding tape shah be 5 rail stretchable vinyl -- L2H, L3H, LAH with permanent solid color. Colors shall be as hereinafter specified. Tape shall be Plymouth Split-bolt connector - Blackburn HPS "Slipknot 45", 3M Scotch #35, or equal. Flush ground connector - OZ Type "VG" Numbered wire marking labels shall be PVC sleeve-type markers, T&B, Brady or equal. _ Connectors for control conductor connections to screw terminals shall be crimp-type with vinyl Cable identification ties shall be weather resistant insulated barrel and tin-plated copper ring-tongue polyester with blank write-on space, T&B, Brady or __ style connector. Furnish TS~B ~Sta-Kon", 3M equal. ~Scotchlok", or equal. G. MISCELLANEOUS MATERIAL AND Terminal strips for miscellaneous field terminations PRODUCTS of control and instrumentation circuits shall consist of 12 point box lug terminals with marking surface. Cable grips shall be grip-type wire mesh with Terminal assembly shah accept #18 to #12 awg and machined metal support Furnish Kellems, Appleton, shall be rated 600 volts. Fumish Allen- Bradley or equal products. #1492-HJ812 terminal blocks. Wire pulling compound shall be non-injurious to E. INSULATING PRODUCTS insulation and to conduit and shall be lubricating, non-crumbling, and non- combustible. Furnish All 5 kV shielded cable shall be terminated with 3M Gedney "Wire;Quick", Ideal "Yellow" or equal. -- 5630K series cold shrink rubber termination kits. H. POWER AND CONTROL CABLE Tape products shall be furnished as hereinafter INSTALLATION -- specified and shall be Plymouth, Okonite, 3M, or equal. Power and control conductors shall be sized as shown and where no size is indicated, the conductor ___ General purtx~se electrical tape shall be 7 rail thick size shall be #12 awg for power circuits, #14 awg for stretchable vinyl plastic, pressure adhesive type, 120 volt control circuits and #16 for 24 volt dc "Slipknot Grey", 3M Scotch 33+, or equal. control circuits. Insulating void-filling tape and high voltage bedding Equipment grounding conductors shall be installed tape shall be stretchable ethylene propylene robber with type XHHW or THHN insulated stranded _ with high-tack and fast fusing surfaces. Tape shall be copper conductors and the insulation color shall be rated for 90°C continuous, 130°C overload, and shall green in sizes up to and including #10 awg. be moisture-proof. Void filling tape shall be "Plysafe", 3M Scotch 23, or equal. High temperature protective tape shall be rated 180°C continuous indoor/outdoor, stretchable, self-bonding silicone robber. High temperature tape shall be Plysil #3455, 3M Scotch 70, or equal. 5-57 I Color coding shall be as follows. Non-factory color Numbered marking labels shall be installed to coded cables shall be marked with specified color identify circuit numbers from panelboards. Install tape. Use the following colors: labelS on each wire in each panelboard, junction, I pullbox and device connection. CONDUCTOR 120f208V 480V SYSTEMS SYSTEMS Label each wiring mn with write-on waterproof I labels inside motor control center. Install write-on Phase A or L1 Black Black label ties around wire group at conduit entrance and Phase B or L2 Red Orange write-on label the wire size, conduit size and service. Phase C Blue Yellow Neutral White N/A Install PVC sleeve type numbered marking on each Ground Green Green control wire termination at ~me, h terminal strip and at t each device. Do this in motor control center, Branch circuits may be spliced for receptacle, terminal cabinets, safety switches, remotecontrollers, . lighting and small appliance load inside appropriate pilot operators, and instmmentation equipment I junction boxes. Feeders shall be installed without Number selected shall correspond to number on splice. terminal strip. ,~' Except as otherwise specified, taps and splices with All wiring inside equipment enclosures shall be #10 AWG and smaller, shall be made with insulated neatly trained and laced with nylon tie-wraps. spring wire connectors. Such connectors in damp or wet locations shall be waterproofed by filling Terminate ends of each 5 kV cable with stress relief I interstices around wires with silicone rubber and kits as specified. Connectors for 5KV cables shall be further insulating with an envelope of stretched piece made with the specified crimp type connectors. of EPR tape around each wire. Then, apply one-half lapped layer of electrical tape over all. 5 KV cable shall be handled in a manner to prevent damage to the insulation. Inspect each run prior to Motor connections made with #10 AWG and smaller installation. Do not install any cable that is damaged I wire shall be made up with set-screwed copper lugs but replace with new cable that is in first class with threaded-on insulating jacket After make-up of condition. Do not exceed the manufacturer's each connector, install two (2) layers half-lapped, of recommended values of bending radii and pulling I high temperature tape over connector barrel and tension in the installation of the 5KV cable. Keep down one (1 ") inch over wires. ends of cable sealed until time of make-up to prevent the wicking of moisture into the cable. I Taps, splices, and connections in #8 AWG and larger wires shall be made with copper alloy bolted I. I N S T R U M E N T A T I O N W I R I N G pressure connectors. Each such connector shall be INSTALLATION i insulated by means of applying insulation putty over sharp edges so as to present a smooth bonding All 4-20mA analog pairs shall have shields grounded surface. Next, apply at least four (4) layers, at the instrumentation panel and insulated on the I half-lapped each layer of EPR tape. Then, make field end unless otherwise required by instrument final wrapping of at least three (3) layers, half-lapped supplier. Single point grounding shall be maintained. each layer of electrical tape. J. GROUND WIRING INSTALLATION I Control wiring connections to stud type and screw type terminals shallbe made with ring-tongue type Each item of equipment shall be adequately and crimp connectors. Label each terminal jacket with thoroughly grounded. Comply with Article 250 of "l wire marking label at each connection. N.E.C., except where higher standards of grounding have been specified. In addition to requirements as Each wire connection shall be made up tigh~y so specified under Section El0, install grounding for that resistance of connection is as low as equivalent general wiring systems as follows. length of associated conductor resistance. I 5-58 Equipment grounding conductors (EGC) shall be connection of any equipment. Test shall be a 15 installed in each run of power and control conduits. minute dc high potential test performed by a These wires shall be green colored in sizes #6 AWG qualified testing company normally engaged in the "' and smaller and green banded in larger sizes. Ground testing of medium voltage or high voltage cable. wires shall be type THHN or XHHW insulated Obtain andpay for services of testing company. The copper wires. dc high-pot test shall be 300 volts per rail but shall ~ not exceed 80% of factory dc tests. Cable shall be EGC runs into equipment shall be grounded to raised to test voltage per lCEA S-66-524 and leakage equipment bus where available, or to equipment current readings shall be recorded at each interval. -- ground lugs. After test voltage is reached leakage current shall be recorded at one minute intervals. Provide certified Where grounding type bushings are installed, bond test report including test equipment used. All tests ~ EGC to bushing lug and ground each bushing lug to shall be made in the presence of the Engineer. equipment ground bus ground lug, or ground rod. Provide two weeks written notice of test date. _ In each motor terminal box, install equipment ground Each nm of 600V class power and control wiring lug and connect EGC thereto. shall be tested prior to connection of line and load. Make tests with 1000V dc hand-crank or motor _ K. LABELING driven ohmmeter. Each nm of wiring shall be tested phase-to-phase and/or phase-to-neutra 1, and phase-to- In addition to labeling requirements as specified ground. Test results for each test shall be equal to or _ throughout this Section, install wiring and raceway greater than 25,000,000 ohms with 1000V dc labeling as follows: applied. All tests shall be made in the presence of the Owners representative or Engineer. 1. Apply numbered wire marking labels to Test all runs of signal wiring with 250V dc megger. control wiring terminations for each Insulation values shall meet or exceed 1,000,000 termination in each item of equipment. Use ohms per 100 feet (cable to shield). PVC sleeve type labels. " Should any cable or circuit fail to meet the above 2. Apply numbered wire marking labels to tests, replace wire and retest. power and control wiring terminations in -- motor control centers, panelboards, and at SC.41 TRANSFOMRERS outlets to identify circuit numbers. Use 5- 59PVC sleeve type labels. A. SCOPE 3. Apply numbered wire marking labels to This section refers to oil immersed self-cooled each signal wire termination in each (OISC) pad-mounted transformers and ventilated -- instrument junction box, and in each item dry-type transformers. of equipment served by instrumentation circuits. Use PVC sleeve type labels. Furnish and install transformers as shown on the -- Drawings and as specified hereinafter. 4. Apply write-on identification labels to wiring sets in each motor control center, B. STANDARDS ~ and in each pullbox and junction box. Show wire size, conduit size, and line and Dry-type transformers shall be listed by UL and shall load information. Use waterproof plastic comply with UL-506, NEMA ST-20. write-on labels with nylon tie-wraps. Oil-filled pad mounted transformers shall comply L. TESTING with ANSI C57.12.22, C57.12.26. ' Each run of 5 KV class shielded cable shall be tested C. SUBMITTALS after all terminations are made but prior to 5 -59 Process catalog submittals on dry type transformers. Cooper Power Systems or approved equal. Process shop drawings on oil-immersed, self-cooled F. D R Y T Y P E T R A N S F O R M E R " pad mounted transformera. INSTALLATION D. DRY TYPETRANSFORMERS Install transformers where shown. Adequately ' support wall=mounted transformers. Dry type transformers shall be totally enclosed non-ventilated, 115°C rise. Core and coil shah be Bond neutral of each transformer to its enclosure and -- totally encapsulated in sand and resin or equivalent to grounding electrode conductors per NEC article 250. Install grounding elextrode conductors from Each transformer shall be equipped with two 2.5% transformer secondary nemal $D motor control center -- full-capacity below normal and two 2.5% full ground bus. capacity above normal taps. Vacuum clean insides of each transformer after all _ Furnish transformers in KVA and voltage ratings as counectious am made. shown on the Drawings. Transformer enclosure shall be suitable for outdoor use. G. O I L F I L L E D T R A N S F O R M E R _ INSTALLATION Sound level of each transformer shall not exceed 58 db at three feel Install concrete pad for setting transformer, as shown _ on the drawings. Provide openings under primary and Furnish Westinghouse type EP or General Electric secondary compartment. QMS series. Set transformer in place on pad. Install primary and " E. OIL FILLED PAD MOUNTED secondary wiring rims in Plastibond conduit. TRANSFORMERS Terminate each upcomer with grounding bushing and bond to ground mat upcomer. ' Furnish one 500 KVA, OISC, 4160V delta to 480 wye/277V transformers. Install ground mat conductors' and tie into existing ground mat as shown on the drawings. Use tin-plated -- Primary compartment shall contain three 3 kV copper conductors. Run #4/0 TPC to secondary distribution class lightning an'esters. Primary neutral of each transformer. Bond neutrals to case compartment shall have primary bushing wells and ground and to equipment grounding conductor. -- shall have dead front construction. Furnish hot stick operated 200 amp load break elbow connectors and SC42 MISCELLANEOUS ELECTRICAL cable adaptors for 5 kV class shielded cables. _ Furnish Owner with one "hotstick" operator. A. SCOPE Secondary compartment shall be live front with spade lugs for connection of secondary conductore. This section shall include wiring devices, remote -- pilot operator CRPO) devices, control stations, '. Transformer shall be rated 95 kV BIL. equipment stands and electric operated louvers. _ Primary of transformer windings shall be provided with de- energized tap changer brought out into Furnish and install all such devices and completely secondary compartment. Taps shall be 2 - 2 1/2 % connect and wire each device. full capacity above and below normal. B. SUBMITTALS AND SHOP DRAWINGS Provide top oil fill plug, bottom valved drain and sample outlet Process catalog submittals for the following: Oil filled transformers shall be as manufactured by 1. Wiring Devices 5-60 2. Wiring Device Covers non-metallic enclosures. Each enclosure shall contain 3. Wiring Device Boxes NEMA 4X pilot devices as called for on the 4. RPO Devices drawings. Furnish Allen-Bradley Rosite control 5. Control Stations stations or appwved equal. 6. Terminal Strips F. TERMINAL STRIPS "' C. WIRING DEVICES Terminal strips for installation in junction boxes and All wiring devices shall be specification grade and the like shah be 600 volt, rated for 25 amps with ' shall meet NEMA WD-1 requirements. Color shall tin-plated copper box lug~ be brown, unless otherwise indicated. Furnish Allen-Bradley type 1492-HJ812 or equal in ~ Cover plates for wiring devices shall be Appleton quantities as required. FSK series. Furnish integral mounting feet where called for on the drawings. Boxes shall be Appleton G. HEAT TRACING -- type FD, cast metal, miser-lid type. Weatherproof/GFCI receptacle shall each consist of Electric heat tracing shall be self-limiting type, 120 the following: volts ac, and shall be rated 5 watts per foot or 3 -- watts per foot as indicated on the drawings. Furnish 1. 2-gang FDB cast metal box with raised lids Thenon PSX-5-1 or PSX-3-1 cable. Secure heating and integrally cast mounting feet tape to piping with Thenon aluminum tape. 2. Arrow-Hart 20A/120V corrosion resistant Furnish thermostats, power connection boxes, and duplex receptacle #5362CR-GRY. end-of-line indicator light assemblies as shown on ,-- the drawings and install per manufacturer's 3. Arrow-Hart#GF2091MI GFCI device with instructions. Thermostats shall be ambient sensing, Killark FCL-GFI weatherproof flip lid open at 40 degrees F and shall be Thermon cover. #N-7-E-40. Each thermostat shall be installed in a Thermon #PCA-1 power connection box. End of Furnish the following miscellaneous wiring devices: line indicator lights shall be a Thermon #VIL-6C-1. ~ 1. Single-pole, single-throw, 20A toggle Insulation blankets shall be removable and shall be switch shall be Arrow-Hart #1221, or secured onto itself with Velcro. Insulation blankets equal. shall be O'Brien "Flexpac" and shall be specifically " made for the runs indicated on the drawings. 2. Single-pole, double-throw (three-way) 20A toggle switch shall be Arrow-Hart #1223, H. INSTALLATION OF WIRING DEVICES -- or equal. Install wiring devices where shown and support each D. RPO DEVICES box to wall with stainless steel hardware into typical ~- drilled expansion shields. Remote pilot operators shall consist of pushbuttons, pilot lights, selector switches and the like where Set each wiring device with axis plumb and install _ indicated. All such devices shall be NEMA 4X and with yoke screws so as to adequately support each equal to Allen-Bradley type 800H. Contact blocks device. for 120VAC circuits shall be rated NEMA A300. _ Pilot lights shall be transformer type with push to I. RPO DEVICES test feature. Install remote pilot operator stations where shown. E. CONTROL STATIONS Each RPO device shall be equipped with engraved Control stations shall each have NEMA 4X metal surrotmd to identify functions. 5-61 Each conduit penetration into enclosures shall be herein or as specified by the manufacturer. made with watertight hubs. Provide grounding bushing inside and bond to enclosure ground lug. Provide all anchorage of materials and equipment as specified by the manufacturer or as shown in the J. TERMINAL STRIPS Contract Documents. All hardware shall be 304 stainless steel. Install terminal strips as hereinbefore specified. Mount to enclosures or backpans with stainless steel All work shall be installed so as to be accessible for hardware. operation, maintenance and repair with particular attention given to locating controls and equipment Label each terminal directory with numbers requiring periodic lubrication, cleaning, adjusting and corresponding to wire numbers landed. servicing of any kind. K. ELECTRICALLY OPERATED INTAKE Provide waterproofing for each each wall mounted LOUVERS intake louver. Intake !ouvers shall be waterproofed by louver manufacturers recommendations or other Intake louvers shall be combination type with a fixed approved methods. louver appearance on the outside and an operable blade on the indoor side. Louvers shall be in shapes L. IN-LINE EXHAUST FAN & DUCTWORK as shown on the architecmal drawings. Furnish two louvers. Louvers shall be constructed of extruded Furnish in-line exhaust fan, ductwork, intake grill aluminum and shall be 6' deep with 37.5 degree and associated fittments and appumtences as blade angle. Louvers shall have at least 54% free specified herein and as shown or called for on the area. Furnish Collier Metal Specialties model drawings. EDCA-637. Ductwork shall be 20 gauge minimum, galvanized Intake louvers shall have removable 1116" mesh steel. Ductwork shall be sized as shown, coordinated aluminum insect screen. Insect screen shall be with the exhaust fan, and shall be outfitted with mounted on the indoor side. Linkages shall be indicted intake grills, dampers, and transition stainless steel. Furnish jamb seals on each louver sections. blade. All ductwork shall be fabricated in accordance with Motor operator shall be sized to operate the louver SMACNA standards. Ductwork shall be fabricated and shall have 25% extra torque over that required to by G.W. Vines Company of Dallas or by United operate the louver. Submit louver torque MeGill Company of Ft. Worth, or approved equal. requirements with louver shop drawings. Motor operator shall be arranged to open upon energization SC.43 MOTOR CONTROL CENTERS and spring close upon de-energizition. Supply voltage shall be 120 vac. F. umish Barber-Coleman motor A. SCOPE operators. Furnish and install motor control centers as.shown Louvers shall be factory painted with Kynar finish on the drawings and specified herein. Work shall and color shall match existing. Submit paint color include all necessary materials, equipment, labor, and chips to Engineer for review. services. Install all equipment and materials as indicated on Auxiliary and accessory devices necessary for system the Plans. Coordinate openings shown on the operation or performance, such as relays or terminals architectual and structural drawings. Align materials to interface with other Sections of these and equipment in such manner as to eliminate undue Specifications, shall be included. stress on equipment and connections. Motor control centers shall be suitable for service Tighten all connectors to proper torques as specified entrance with removable solid neutral bar for 5 -62 connection of service entrance grounded conductor. 1. A thermostatically controlled 150 watt 120 vac heater shall be installed in each vertical New MCC-LC shall be 208 volt, 3 phase, 4 wire section and wired to the lighting panel or with main-ats-main arrangement and service entrance control power transformer. labels. Fumish two Westinghouse/Cutler-Hammer feeder units and install in the existing 208 volt 2. Bottom of enclosure shall have 5 rail "MCC-LA" and "MCC-LB" for the chlorine and undercoat of himmastic. ammonia skid feeders. Furnish and install bus splice kit for connecting "MCC-LA" and "MCC-LB". 3. Removable floor plates shall be furnished in ' each section and shall be gasketed. New "MCC-LD" shall be 480 volt, 3 phase, 3 wire with interlocked mains and starters as shown on the hint finish of enclosur~ ~ comply with the '- drawings. following minimum spe, cificalions unless the manufacmrer's standard paint processes are B. SUBMITTAL AND SHOP DRAWINGS considered equal. Process catalog data submittals for the following: 1. Clean and alegrease and rinse all steel parts, then they shall be phosphatized to MIL -- 1. Pilot lights Specification TT-C-490. 2. Pilot opentom 3. Control relays 2. Further, all steel parts shall be cleaned and _ 4. Timers and time clocks oven-dried primed, and painted with an 5. Protective relays and voltmeters electrostatically deposited coat. 6. Overloads 7. Contactors 3. Paint thickness shall be at least 1.5 mils for 8. Circuit breakers interior metal and 3.0 mils on exterior of 9. Ground fault protective devices enclosure. 10. Fuses 11. Control Wire Main buses and vertical drops of each motor control 12. Automatic transfer switch center shall be rated as indicated on the drawings and shall be braced for 42,000 amps rms symmetrical ' Process shop drawings for the motor control centers. fault duty. Provide ground bus through each section. All buses shall be tin-plated copper. Submit time current curves for each of overcurrent '- device and overloads used in the motor control Incoming line sections shall be equipped with digital centers. voltmeter with alarm output capability where metering is shown on the drawings. Each incoming -- C. STANDARDS line section shall have lightning arresters and surge capacitors. Furnish main circuit breakers with Motor control center shall have UL labels where UL ground fault protection on 480 volt motor control labels apply. centers. Each main circuit breaker shall have electronic trip and short time function. Furnish D. MOTOR CONTROL CENTERS Westinghouse type ND molded case circuit breakers. -- Each incoming line shall be UL listed as service Motor Control centers shall have NEMA 1B wiring. entrance. Motor control centers shall be rated for a 42,000 rms symmetrical interrupting rating. Additionally, motor control centers shall be as follows: Motor Control Centers shali consist of 20" deep _ structures in indoor NEMA 1 gasketed enclosures 1. Each cubicle shall be equipped with stab-in and shall conform to the following: power connections. All unused power stab openings shall be equipped with removable 5-63 insulating plugs. mechanism that covers the vertical bus stab area when a plug-in starter or 2. Signage shall be as follows. Each feeder is withdrawn. This feature shall cubicle shall have laminated allow for complete vertical bus plastic nameplates identifying load isolation and insulation. served. Nameplate shall be at least ' I" by 3" and shall have white 6. Each compartment shall have a hinged letters engraved on a black door. Disconnect device operating hackground and shall be attached handles shall have on-off positions ' with serf tapping screws and clearly marked and each handle shall adhesive backing. Letters shall be have pad-locking provisions. at least 5[32" tall and shall denote Compartment doom shall have -- load information as shown on the mechanical in~tlocks to prevent their one line diagram. being opened unless the disconnect is in the "Off' position; however, there -- All compartments with voltages shall be a defeat mechanism for (greater than 24 volts) present from authorized personnel entry. outside of the compafiment shah _ have a sign on the inside on the 7. Each controller shall be equipped with compartment door marked its fused secondary power transformer "DANGER - DISCONNECT (CPT). VA capacity of CPT shall be _ DOES NOT DE-ENERGIZE ALL sized to handle its compartment load CIRCUITS INSIDE THIS UNIT". plus external connected loads. Provide Letters shall be black on yellow double-fused primary protection for _ background and sign shall be each CPT. adhesive backed vinyl approximately 1-112" by 4". 8. Each cubicle shall be equipped with pull-apart terminal blocks. Terminal ' 3. All motor controllers shall be full block conductors shall be fin-plated voltage, nonreversing type except copper. where other types are indicated. ' Contactors and overcurrent devices 9. Control wiring shall be type SIS for and conductors shown shall be ungrounded conductors and shall be minimum sizes. Confirm all numbered with wire marking labels at ' external loads prior to each terminal, device and connection. manufacture. Control wires shall be type MTW for neutral and grounds. Color codes shall --- 4. Each controller shall be in an be white for neutral conductors, green isolated compartment, complete for grotmd wires. Numbers shall with its overcurrent device, unless correspond to those displayed by the -- otherwise indicated. Where manufacturer on their record drawings. overcurrent devices are in a Wire markers shall be Brady PVC separate compartment from the sleeve type or equal. Provide necessary _ associated controller, the doom of terminal strips for connection of field both compartments shall be control wiring with 10% spares. mechanically interlocked. Where ~. individual overcurrent devices, 10. Each controller shall be equipped with contactors, and the like are indicated pilot operators and other indicated, they too shall be housed devices. Each contactor shall have two in an isolated compartment. normally open auxiliary contacts and two normally closed auxiliary contacts. 5. Provide a vertical bus shutter All auxiliary contacts not used by 5-64 ' control circuit shall be wired to shall have each set of busses bartiered field terminals. All pilot operators from cubicles with insulated barriers. such as pilot lights, selector ' switches, and pushbuttons shall be 17. Each vertical section of the line-ups oil-tight grade. Each device shall shall be equipped with a horizontal be equipped with engraved legend ground bus that shall run continuous -- plates. through all sections. Ground bus size shall be at least 114" x 1' size and 11. All pilot lights shall be equipped shall be tin-plated copper. -- with indicated colored lenses. Each pilot light shah be low-voltage, 18. Control relays with 120 volt coils shall transformer type with push-to-test be industrial type. Contacts for 120 _ featthe. volt control circuits shall have contacts rated NEMA A600. Contacts which 12. Control wiring and associated are indicated low energy shall be gold _ control devices in each motor flashed or logic reed type. Each contact control center shall be furnished as shall be field convertible. Each relay shown; however, ff different shall be fully equipped with its external control arrangements maximum number of contacts. 120v caused by substitution or changes Control relays shall be Westinghouse under another Section are required, type ARB. Control relays with 24 volt then make such changes as coils shall be IDEC type RR3P with l0 ' required to accommodate those amp rated contacts and coil diode. changes. All such changes shall be reviewed and accepted by the 19. Elapsed time meters shall be panel ' Engir/eer. mounted in the door of the starter trait and shall be non-resettable with 13. Provide three overloads for each 99,999.9 hour register and 2.5" square -- motor controller. Overload blocks bezel. Furnish Cramer model 635K. shall be adjustable from 80% to 115% of their nominal value~ and 20. Phase failure monitors shall be Go -- shall be mechanically resellable. Tronic model 51-480-11-00 or Furnish Westinghouse/Cutler approved equal. Hammer IQ 1000 motor protection --. unit with RTD module for pump 21. Motor branch circuit overcurrent motors. RTD module shall be protection shall be motor circuit suitable for 100 ohm platinum. protectors, unless otherwise indicated. _.. Each "MCP" shall have adjustable 14. Motor control center arrangement current setting pickup. and number of sections and cubicles shall be fumished. 22. Other branch overcurrent devices shall '. be thermal- magnetic type, unles~ 15. Each vertical s~ction with more otherwise indicated. Minimum IC of than one cubicle shall be equipped each thermal-magnetic breaker shall be with vertical wireway. Such 42 KA rms symmetrical amps. Each wireways shall have metal side 480 volt breaker shall have 120VAC barriers. Side barriers adjacent to shunt trip for ground fault protection ' cubicles shall be equipped with relay. groinmeted opening into each cubicle. 23. Each 480 volt starter shall have ground ' fault protection. Feeder breaker shall 16. Horizontal and vertical bus runs have fused primary and secondary 5-65 480V to 120V control power contacts shall be protected by arcing contacts and transformer for shunt tripping main contacts shall be of the blow-on type operation. breaker by ground fault relay. The operating transfer time in either direction shall ' Each starter shall have ground fault not exceed 10 cycles (160 milliseconds). Contacts relay open contactor upon ground shall be able to be readily inspected from the front fault Ground fault protection shall The ATS control panel shall have the following ' consist of self powered ground features: fault relay with adjustable time delay and zero sequence current 1. Close differential voltage sensing with -- transformer. Ground fault adjustable pickup of 85% to 100% of protection system shall be nominal and adjustable dropout of 75 % Westinghouse type GRT. to 98% of t!~ l~hap value. 24. i empty MCC trait for 2. Voltage sensing of emergency source, instrumentation terminals. Furnish adjustable from 85% to 100% of _ stud mounted interior subpanel for nominal. mounting terminals. Terminals shall be be channel mountexl type 3. Frequency sensing of emergency _ suitable for connecting ~22 to #12 source, with adjustable pickup from wire sizes. Terminals shall be 90% to 100% of normal. solderless box lug type with _ pressure plate and snap in markers. 4. Time delay to override momentary Box lugs shall be tin-plated normal source outage, adjustable from copper. Terminals shall be 0.5 to 6 seconds. Allen-Bradley 1492-HlVI2 series ' with required mounting channel 5. Time delay to retransfer to normal, and end clamps. adjustable from 0 to 30 minutes. ' Motor control center shall be 6. Time delay to transfer to standby, Cutler-Hammer/Westinghouse series 2100, adjustable from 0 to 1 minute. Allen-Bradley "Centerline", Siemens, or approved -- equal. 7. A contact that closes when normal source fails, rated 10 amps, 32 volts E. AUTOMATIC TRANSFER SWITCH de. Automatic transfer switch for 208 volt control center 8. Test switch to momentarily simulate shall be 400 amp, three-phase, four wire, with power failure. _ overlapping neutral, that shall function to automatically switch to a second source after a timed 9. Two normally open and two normally interval upon loss of normal power and automatically closed auxiliary contacts on both the _ switch back to normal power after utility line normal and standby mode. conditions are stabilized. 10. Green signal light to indicate when _ The automatic transfer switch (ATS) shall be load is connected to normal. mechanically held and electrically operated by a single solenoid mechanism energized from the source 11. Red signal light to indicate when load to which the load is to be transferred. The switch is connected to standby. ' shall be ratex] for continuous duty and it shall be inherenfiy double-throw. Switch mechanism and 12. Reset switch to manually retransfer the associated bussing shall be rated to withstand and ATS to the normal source. ' close-in on short circuit currents of 42,000 amps for 0.5 seconds without permanent damage. Main 13. Load disconnect control circuit 5 -66 consisting of two sets of SPDT anchors. Use two bolts per wide section, one in front contacts rated 10 amps at 120 volts and one in rear. ac, that operate 3 seconds before ' transfer in either direction and Make all field bus connections with torque wrench automatically reset 3 seconds after set to manufacturer's recommended torque settings. retransfer. ' Each conduit entry into bottom of cabinets shah be 14. Load disconnect control circuit equipped with grounding bushing. Bond each consisting of two sets of SPDT raceway equipment grounding conductor to its -- timed contacts that operate 3 bushing ground lug, and thence to equipment ground seconds before transfer in either bus where bonding jumper Ihall be connected with direction and reset upon expiration specified flat bus conneclor. Where empty conduits -- of a I to 300 second time delay terminate, install blank disc in grounding bushing. relay. Bring specified foot-matkM pull tape through the blank penny and label with plastic write-on label and _ The ATS shall be factory installed in the indicated show the size of conduit and the terminus of the section of the MCC line-up. It shall be fixed other end. For each active conduit, install plastic mounted and the normal and emergency inputs write-on label and identify cable number, size, _ connected to the load-side of each main. Also, all conduit size, and identify load served. control wiring shah be brought to trait terminal strips from the control module. Install all power and control wiring and make all _ connections. Install wiring between MCC units. The automatic transfer switch shall be ASCO 940. Phase band each power cable at each connection. Neatly train and lace all gutter wiring with nylon tie F. FACTORYTESTS wraps. Do not obstruct relays and other pan-mounted devices with load cables. Install wire All equipment shall be carefully inspected after markers to identify each control wire at each assembly and all wiring shall be checked to ensure termination. ' correcmess of connections and operation. Install all devices, fuses, breakers, and make The MCC, accessories and wiring shall be tested in installation ready. Set all adjustable and -- accordance with latest revision ANSI C19.3 and any programmable devices such as breaker magnetic other applicable ANSI standard. trips. -- The Owner reserves the right to wimess tests. The H. SPARE PARTS Contractor shall notify the Owner two weeks in advance of scheduied tests. Furnish the following spare parts with the equipment -- in conformance with the specifications. Five copies of certified test reports shall be submitted. I. One timing relay for every three or less -- of each range and type installed G. M O T O R C O N T R O L C E N T E R complete with mounting socket. INSTALLATION 2. One control relay for every three or _ less of each range and type installed Prior to energization of motor control centers, keep complete with mounting socket. enclosures protected with plastic sheets and maintain specified space heaters energized to prevent internal 3. Twenty pilot light bulbs and 10% spare ' condensation. lenses. Set sections in place and shim level, use metal shims. 4. One extra overload relay for each type ' Bolt bottom rails to concrete pad by means of 3/8" used. diameter stainless steel bolts into drilled expansion 5 -67 5. Two starter coils for every three or E. RACEWAYS less starters of each NEMA size installed. Raceways shall be as specified in Section SC.39. 6. One set of starter contacts for F. MISCELLANEOUS every three or less rafters of each ' NEMA size installed. Gravel for underbedding of conduits shall be washed type pea gravel. 7. One spare phase failure relay. ' Plastic saddles for spacing and supporting conduits SC.44 UNDERGROUND shall be interlocking types as manufactured by Cantex. -- A. SCOPE OF WORK Plastic mrker label tape for buried conduits shall be Furnish and install a system of underground yellow background with black letters with repe titi ve -- raceways and wiring as shown on the drawings. marlring "ELECTRIC LINE" on yellow background, continuous along its length. Furnish T&B B. APPLICATIONS #NA--0608, or equal tape. Except as otherwise shown on the Drawings, or G. EXCAVATION AND BACKFILLING otherwise specified, all underground and in-slab _ conduit raceways shall be of the following type: Do all excavating and backfilling necessary for the installation of the work. This shall include shoring 1. Except as otherwise specified, all power and pumping in ditches to keep them dry until the and control underground conduit rims shall work has been installed. be made with schedule 40 PVC. Bends to grade shall be made with plastic coated All excavations shall be made to proper depth, with rigid galvanized steel conduit. allowances made for floors, forms, beams, piping, fadshed grades, etc. Ground under conduits shall he 2. All instrumentation underground conduit undisturbed earth or if disturbed, mechanically runs shall be made with plastic coated rigid compacted to a density ratio of 95 % before conduits ' galvanized steel conduit are installed. C. SUBMITTALS All backfilling shall he made with selected soil, free ' of rocks and debris, and shall be pneumatically Process submittals for the following: tamped in six (6") inch layers to secure a field density ratio of 95%. -- 1. Non Metallic conduit 2. Metallic conduit Field check and verify the locations of all 3. Grounding Bushings underground utilities prior to any excavating. Avoid _ 4. Buried conduit marker tape disturbing these as far as possible. In the event 5. Conduit supporting saddles existing utilities are broken into or damaged, they shall be repaired so as to make their operation equal __ D. RELATED WORK SPECIFIED UNDER to that before the trenching was started. OTHER SECTIONS H. RACEWAYS Refer to Section SC.39 for raceways. Install plastic coated conduits for bends to grade. Refer to Section SC.40 for wiring. Apply liberal amounts of specified thread coating compound to threads. Conduits shall be watertight Refer to Section SC.45 for grounding. over the entire length of the underground run. 5 -68 Install all power, control, and signal wiring. Label electrode conductors shall consist of tin plated each single conductor wire at each connection with stranded copper. PVC sleeve type wire labels. Label each signal cable at each end with plastic waterproof write-on type All ground rods shall be copper clad steel products, label to identify terminal connection and function 5/8" diameter x 8 feet long, unless otherwise and device served. indicated. Ground rods shall be Blackburn #6258, or ' equal. Provide heavy duty ground rod clamps equal Where empty conduits terminate into equipment to Blackburn #GG58 where vertical connections are install blank "disc" under grounding bushing and installed and #GUV where U-bolt connectors are -- bring specified foot-marked pull tape through disc. installed to serve horizontal connections. Label each end of each pull tape with waterproof plastic label to identify terminus of other end and D. GROUNDING DEVICF. S -- also show conduit size. Connectors shall be furnished as specified under I. CONCRETE ENCASEMENT Section SC.40 Furnish concrete encasement for the relocated 4160 Conduit grounding bushings shall be furnished as volt service as detailed on the drawings. specified under SC.39 J. WIRING Equipment grounding conductors shall be furnished as specified under SC.40. All underground wiring runs shall be installed from line to load without splice. Flush cast metal grounding plates shall consist of bronze body with flat plate on top and bolted clamp SC.45 GROUNDING SYSTEMS connector on bottom. Furnish OZ type "VG', or equal flush connectors. Each such connector shall be A. SCOPE furnished with silicon bronze connector bolts for installation of top-mounted grounding connectors. " Fumish and install complete grounding systems in accordance with Article 250 of the National Exothermal welding kits shall be "Cadweld" products Electrical Code as shown on the Drawings and as as manufactured by Erico. Molds, cartridges, -- specified herein. powder, and accessories shall be as recommended by the manufacturer. Provide ground mat grounding electrode system as -- shown on the drawings and as specified herein. B. SUBMITTALS E. GROUND TEST WELLS Submit manufacturers' catalog sheets with catalog Ground test wells shall be furnished for each ground numbers marked for the items furnished, which shall rod for the purpose of field testing the ground mat _ include: system. 1. Ground well casings Ground test wells shall each consist of ground rod _. 2. Ground rods with connector attached to a #4 upcomer from the 3. Terminal lugs and clamps ground mat and contained within an access well with 4. Exothermal welding materials labeled top. 5. Ground cable ". 6. Ground connection hardware Ground test well enclosures shall be Brooks product #3RT series, or equal. Enclosures shall be 10 1/4" C. GROUNDING ELECTRODES diameter and shall include cast iron cover with integrally cut "GROUND TEST WELL" in top of All ground mat grounding electrodes and grounding cover. 5 F. GROUND MATS For equipment enclosures that do not come furnished with a ground bus, install ground lug in each Install ground mat around the perimeter and under enclosure that shall be bonded to the metal cabinet or the new foundatious as shown and tie into the backpan of the enclosure. existing ground mat. Use #4/0 AWG tin-plated copper stranded conductor for the ground mat. Install Separately derived systems shall be each grounded as upcomer with indicated wire sizes of tin plated shown and shall comply with Article 250 of the NEC copper conductors. Exothermally weld all except where higher standards are shown. connections. I. TESTING Install #4/0 upcomers from grotmd mat to each mains section of motor control centers. Install "VG" All exothermic weld coime, clions shall successfully flush floor connector to serve each upcomets and run resist moderate hammer blows. Any connection #4 stingers from top side of each "VG" to ground which fails such test, or if upon inspection, weld bus in each main. indicates a porous or deformed cormection, the weld shall be remade. G. TRANSFORMER All exothermic welds shall encompass 100 percent of Bond transformer neutral to cabinet. the ends of the materials being welded. Welds which do not meet this requirement shall be remade. Install grounding electrode conductor from each transformer neutral to system ground and to local Test the ground resistance of the system. All test electrodes as shown. equipment shall be furnished by Contractor and be approved by Engineer. Test equipment shall be as H. WIRING SYSTEMS GROUNDING manufactured by Biddie or approved equal. Dry season resistance of the system shall not exceed five All equipment enclosures, motor and transformer ohms. If such resistance cannot be obtained with the frames, metallic conduit systems and exposed system as shown, provide additional grounding as structural steel systems shall be grounded. directed by Engineer. Equipment grounding conductors shall be run with SC.46 INSTRUMENTATION all wiring. Sizes of equipment grounding conductors shall be based on Article 250 of the N.E.C. except A. SCOPE where larger sizes may be shown. Bond each equipment grounding conductor to the equipment This section covers the instrumentation at Village grounds at each end of each ran. Parkway Pump Station, supervisory control and data acquisition (SCADA) system modifications, and the Liquid tight flexible metal conduit in sizes 1" and additions to the elevated tank site instrumentation larger shall be equipped with external bonding and SCA DA systems. jumpers. Use liquid tight connectors integrally equipped with suitable grounding lugs. B. SUBMITTALS Where conduits enter into equipment free of the Submit catalog literature, specification material and metal enclosure, install grounding bushing on each installation and operation manual for each instrument conduit and bond bushing lug to equipment ground and device specified herein. bus. Submit outline and dimensional drawings and wiring Where conduits enter equipment enclosures, equip diagrams to Engineer for review. each penetration inside with grounding bushing. Install bonding jumper from each grounding bushing Submit shop drawings for new instrumentati on and to ground bus. control panels, SCADA system panels, and modified instrument panel and for the wiring changes at the 5 -70 elevated tank. next to the desk. The UPS shall be rated 750 VA. Furnish Tripp Lite model SMART 750. C. SYSTEM RESPONSIBILITY ' Furnish two Solidyne Clipper RTUs at the Village The contractor shall assume complete "SYSTEM Parkway Pump Station to accommodate the inputs RESPONSIBILITY" for the instrumentation system and outputs shown on the drawings. Furnish all input ' and modifications. "System Responsibility" shall and output conditioner modules to interface the RTU mean that the Contractor is responsible for the to the instrumentation. Furnish a MIM to connect the overall operation, satisfactory performance, and new computer system to the SCADA system for -- integration of the individual components into the continuons on line monitoring. whole system so that the entire system functions in whole and in its parts as intended by the Contract Existing SCADA system drawings shall be updated -- Documents. and submitted for review. lirawings shall show all wiring connections, physical layout and component D. SCADA SYSTEM MODIFICATIONS pans lists. Drawings shall be produced in Autocad -- Release 12. Disk f~es shah be included with The SCADA system consists of Remote Terminal Operations and Maintenance manuals. Disks shall be Units (RTU) networked together with long distance 3.5" 1.44 MB format. _ interface modules (LDIIVl) to connect the RTU's to each other over phone lines and master interface SCADA system modifications, software modules 0VHM) to connect the RTU network to an configuration changes, and computer system shall be _ IBM PC through the computer's serial pore The supplied and installed by S&S Telemetry of Sanget, RTU's are Solidyne Clipper controllers and the Texas. LDIM and MIM are also Soildyne products. Remote control capability is achieved by connecting the E. RADIO RTU network to a dial-up modern connected to the RTU network by another MIM module. The computer Furnish and install a Johnson DL-3250 remote unit software is a Solidyne "Remote Communications at the elevated tank and a Johnson DL-3250 host unit ' Software". at the Village Parkway Pump Station. The remote shall be have the capability of sending 4 analog Furnish and install an IBM compatible personal signals to the.host. The signal inputs and outputs ' computer at the Village Parkway Pump Station. The shall be as shown on the drawings. The remote and computer shall be set up and configured to host shall each have a lohnson 900 Mhz spread continuously monitor the entire existing SCADA sprectrum radio. Fumish each radio and its -- system and the additions made under this project. associated unit in a Hoffman NEMA 12 enclosure, The computer shall be a Inte l "Pentinure" based with Pol yphase r surge protector, Superior Electric processor with 16 MB of ram, two 1.2GB hard Stabline #PQI-3120H surge suppressor, 12vdc 3.4 -- drives, a 1.2 MB floppy disk drive, a 1.44 MB amp Power One #HC12-3.4-A power supply, and floppy disk drive, two serial ports, two parallel ports, terminal strips for field wiring. Enclosure shall be at a bus mouse, and a 17" color monitor. The case least 24" wide by 36" tall by 10" deep. __ shall be a mini-tower case. The computer shall be as manufactured by Compaq, Dell, AST, or approved Furnish and install a antenna support pole at the equal. Software shall be installed and shall include Village Parkway pump station. Fumish Valmount _- Windows 95. The latest version of Solidyne "Remote products or equal. Communications Software" and hardware key will be fumished by the Owner. The computer shall be Furnish a Decibel Products model DB493 6 dB installed on the desk in the control room, refer to Yaggi antenna at the pump station and at the sheet ES. Fumish all connectors, cables, etc. for elevated storage tank Antenna cable for the elevated installation of the computer. Furnish a tank shall be 7/8" Andrew Heliax #LDFS-50A Hewlett-Packard model HP- 650C color ink jet coaxial cable. Antenna cable for the pump station ' printer. Furnish a floor mounted unintermptable shall be 1/2" Andrew Heliax #LDF4-50A. power supply CLIPS) with the computer and mount Connectors shall be N type, Andrew 7/16 DIN. 5-71 F. I N S T R U M E N T P A N E L Enclosure shall be sized as indicated on the drawings MODIFICATIONS AT VILLAGE PARKWAY and shall be textured and painted to match existing PUMP STATION instrumentation panel. Relays, terminals, power supplies, and pushbuttons shall be as specified in Modify the main instrument panel at the Village E9.06 above. Parkway Pump Station to accommodate the instrumentation and SCADA system changes as Bargraph indicators shall be LCD type with 101 shown on the drawings and as described heroin. segments and digital indictor. Furnish Dixson model C101. ' Elevated tank circular char recorder (LIR-1 ) shall be replaced with a new two pin rexorder to record both H. INSTRUMENTATION ADDITIONS AT the level and the chlorine residual at the elevated ELEVATED TANK -- tank. Recorder shah match existing char recorder. Furnish Eurotherrn Chessel Model 392 with two 4-20 Ptm~sh and install specified radio remote unit at the mA inputs and two adjustable alarm relays per pen. elevated tank to transmit the existing level signal and -- the new chlorine residual signal to the Village Pushbutton and selector switches shall be Parkway Pump Station. Allen-Bradley type 800MS. Pilot lights shall be -- Allen-Bradley type 800MB. Install the equipment in locations as shown on the drawings. Control relays shall be 3 pole double throw with pin _ base and matching socket. Furnish Potter & I. VALVE ACTUATORS AND CONTROL Bruinfield model RT10-T with 24 volt coil and PANEL 1N4004 diode suppressor. Furnish and install one solenoid valve for the water Power supply for 24 volt dc circuits shall be Power injection line to the ammoniator and chlorinator and One model HN24-3.6A. two solenoid valves for the sample line to the chlorine residual analyzer. Solenoid valves shall be Terminal strips for connection of field wiring shall 3/4" line size, full port, have bubble tight shut off, be 300V channel mounted terminals suitable for and shall be rated for 150 psi. Solenoid voltage shall connecting ~e22 to #12 wire sizes. Terminals shall be be 120 volts ac. Solenoid valves shall be ASCO ' soldedess box lug type with pressure plate and model 8210G95. Install solenoid valves in locations removable terminal marking strips. Box lugs shall shown on the piping (mechanical) drawings. be tin-plated copper. Terminal sections shall not be -- greater than 0.24 inches. Terminals shall be Furnish and install ball valves complete with electric Allen-Bradley 1492-HMI series with required actuators for chlorine and ammonia injection lines. mounting channel and end clamps. Valves shall be rated for 150 psi shutoff pressure, be - suitable for chlorine solution and ammonia solution Existing Instrument panel drawings shall be updated service and shall be furnished in sizes as indicated on and submitted for review. Drawings shall show all the drawings. Valve bodies shall have screwed pipe -- wiring connections, physical layout and component connections. Furnish Worcester type CLA4 valves pans lists. Drawings shall be produced in Autocad with series 75 electric AC actuators. Release 12. Disk files shall be included with _ Operations and Maintenance manuals. Disks shall be Furnish valve control panel as indicated in the 3.5" 1.44 MB format. drawings. Enclosure shall be a Hoffman NEMA 4X stainless steel enclosure with interior subpanel. _ G. NEW INSTRUMENT/SCADA PANEL AT Control relays and terminals shall be as specified in VILLAGE PARKWAY PUMP STATION E9.06. Pushbuttons, selector switches, and pilot lights shall be NEMA 4X, Allen-Bradiey type 800H or Furnish new panel to accommodate existing SCADA equal. Pilot lights shall be transformer type and shall subpanel, and new Clipper RTUs and conditioning have push-m-test option. modules, and chlorine and ammonia instrumentation. 5 -72 J. OPERATIONS AND MAINTENANCE MANUALS Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on the insmmaenmtion equipment These manuals shall include detailed instructions, periodic calibration requirements and maintenanc e, as well as recommended spare parts lists. 5-73 ARCHITECTURAL SECTION OF SPECIAL CONDITIONS Page No. SC.47 Mortar and Grout ........................................................................................................................5-75 SC.48 Brick Masonry ............................................................................................................................5-77 SC.49 Concrete umt Masonry ...............................................................................................................5-79 -- SC.50 Cast Stone ...................................................................................................................................5-81 SC.51 Rough Carpentry .........................................................................................................................5-83 SC.52 Finish Carpentry .........................................................................................................................5-84 _ SC.53 Membrane Dampproofing ............................................................................................................5-85 SC.54 Building Insulation ......................................................................................................................5-87 SC.55 Shingles ......................................................................................................................................5-88 SC.56 Sheet Mc'tal .................................................................................................................................5-88 SC.57 Sealants and Caulking .................................................................................................................5-90 -- SC.58 Sectional Metal Overhead Doors ..................................................................................................5-92 SC.59 Gypsum Drywall .........................................................................................................................5-94 SC.60 Acoustical Panels ........................................................................................................................5-95 SC.61 Painting .......................................................................................................................................5-96 5-74 ARCHITECTURAL SC-47 - MORTAR AND GROUT A. Average daily air temperature 40° to 32°F -- (4° to 0° C): Protect masonry from ram or Part 1 - General snow for 24 hours a~er erection. 1.01 SCOPE B. Average daily air temperature 32° to 25°F A. Furnish all labor, materials, tools, (0° to -4° C): Cover masonry for 24 hours equipment and rehted items required for after erection. the complete installation of Mortar and Grout as indicated by the Contract C. Average daily air temperature 25° to 20°F Documents. (-4° to -7° C): B. Work, items and requirements specified 1) Provide heat sources on both sides of elsewhere that apply and/or relate to this masonry construction. Section include: ' 2) Provide wind breaks for wind velocity 1 ) Testing Laboratory Services - Section m excess of 15 mph. SC.25 ' 3) Cover masonry with insulating 2) Brick Masonry - Section SC.48 blankets for 24 hours after erection. -- 3) Concrete Umt Masonry Section 1.05 HOT WEATHERCONDITIONS SC.49 Protect masonry construction from direct -- 4) Cast Stone - Section SC.50 exposure to wind and sun when erected m an ambient air temperature of 99° F (37° C) m 1.02 SAMPLES shade with Relative Humidity less than 50%. ' Provide sufficient amount of mortar and grout Part 2 - Products as required to construct sample masonry panel 2.01 MATERIALS required under another Section. ' A. Portland Cement: ASTM C-150, Type 1. 1.03 PRODUCT DELIVERY., STORAGE AND HANDLING B. Lime: Conforming to ASTM C-207 ' A. Store all mortar and grout materials under (hydrated), Type "S". cover, above Found and in a dry place. C. A~re~ate: Keep stockpiled aggregates covered with suitable cover at all times. 1 ) Aggregate for Mortar: ASTM C 144- 70, locally available, light m color. B. Deliver all mortar and grout materials m ' their original, unopened containers. 2) A~re~ate for Grout: ASTM C144- Packages shall clearly indicate the brand, 70. name of manufacturer, and net weight of " each package. 3) Aggregate for Pointing: ASTM C 144- 70, locally available, light m color and 1.04 COLD JOB CONDITIONS passing No. 16 sieve. Protect m-place masonry construction when air temperature is below 40° F (4° C) as follows: D. Water: Potable and clean, free of organic matter, acids, alkalies, oils, salts, or other 5-75 ' substances that may be deleterious to a dense smooth concave joint. Tool mortar or any metal in the wall. vertical joints first. Finish flush, joints that will not remain exposed. -- E. Mortar Color: Inorganic mineral oxide color agent. Color to match existing C. Dampen masonry m hot weather mortar color even if this requires special immediately before laying but without -- additives. masonry having surface water. F. Admixture: "Ommcron Plasticizer" by D. Lay units m full bed of mortar with head -- Master Builders Co. or Hydrolox 400 and edge joints completely filled. Chem-Masters Corporation. E. Cut masonry, where necessary for fitting. _ 2.02 MIXES or bonding, with a power saw. All cementions materials and aggregates shall F. Cover tops of walls at end of day's work. be mixed for a minimum of 5 minutes in a Lay no masonry if ternperamre is below ' mechanical batch mixer with the amount of 40 degrees F. Protect work from weather water required to produce a workable or construction damage. consistency. G. Do not over plumb or force masonry into A. Mortar Mix: place. When an adjusunent is required 1) ASTM C270, proportion after mortar has set, remove the mortar ' Specifications, Type S. and replace it with fresh mortar. 2) Minimum Compressive strength of H. Brace walls as required, between and " 1800 psi in 28 days. during working periods. 3) Maximum air content 12%. I. Provide weep holes in head joints in all -- brick masonry, at 24" o.c., in the first 4) Incorporate waterproofing admixture course over grade beams, lintels, shelf in mortar for exterior walls at rate of 1 angles, thru-wall flashing, and any other .... lb. per bag of cement and 1 lb. per cu. locations susceptible to collecting It. of lime. moisture. ._ 5) Incorporate color pigment in mortar J. Maintain air space behind brick flee and for masonry m amounts required to clear of mortar, grout and other debris achieve desired color. dunng and after construction. B. Grout Mix: 3.02 EMBEDDED ITEMS A. Conduits. electrical boxes. piping for 1) ASTM C476, coarse and fine grout. -- domestic fixtures. and other trade items 2) Minimum compressive strength of shall be laid within the concrete masom' 2000 psi in 28 days. units throughout the building. Consult all -- trades in advance and make provisions for Part 3 - Execution the installation of their work to elmate any cutting and patching. Verifx' exact 3.01 LAYING MASONRY UNITS requirements with the Architect. A. Lay umts plumb, level, and true to a line m running bond or as indicated. Align on B. Build m flashing, membranes, sleeves, -- exposed face, or as indicated. anchors, clips and accessories as work progresses, avoiding an>, injury to the B. Finish joints, that will remain exposed, membranes and ~ashings. .... with a stainless steel sled type tool to form 5-76 ' C. Install loose lintels, as indicated, in full 4) Miscellaneous Meals Section bed of mortar, to exact lines and levels. SC.34 Sct to avoid exposure of edges where -- intended to be fully within wall. Apply 1.02 STANDARDS mortar neatly to conceal. Meet requirements and recommendations of applicable portions of Standards listed: -- D. Where cutting and patching is necessary, it shall be done with extreme care to 1) American Society for Testing and prevent damage to structural stability and -- appearance or weather resistance. Materials - ASTM 3.03 CLEAN-UP 2) Clay Products Association of the Southwest - CPA A. Refer to Item 1.32 of the General Provisions. 3) Structural Clay Products Institute - SCPI -- B. Keep face of masonry work free from 4) Brick institute of America- BIA excess mortar while laying. Brush with dry fiber brush prior to wet cleaning. 1.03 DIMENSIONS ' A. Dimensions are based on modular size C. Clean all masonry that will remain units (average actual size: 7-5/8" x 2-1/4" exposed, promptly with fiber brushes and x 3-5/8"). -- clear water or cleaning agent. Use cleaning agent according to B. AllowableTolerances: manufacturer's recommendations. Use of wire brushes .or acid permitted only with 1 ) Vertical variation from plumb specific approval. (vertical lines, wall surfaces): 1/4" max. in 10', 3/8" in one story. 1/4" in .- D. Repair and repoint defective work to 20' at exteriorcorners. match adjacent work. Replace broken; damaged, or discolored masonry to remain 2) Horizontal variation from level exposed. (lintels, sills, parapets, etc.) 1/2" in 40' or more. SC-48 - BRICK MASONRY ..... 3) Plan location variation (columns, Part I - General walls, etc.): 1/2" in a bay, 3/4" in 40' 1.01 SCOPE or more. " A. Furnish all labor, materials, tools, 4) Cross sectional variation (columns, equipment and related items required for wall sections, etc.): minus 1/4", plus the complete installation of Brick Masonry' 1/2". " work as indicated by the Contract Documents. 1.04 DELIVERY AND STORAGE --- B. Work, items and requirements specified A. Schedule deliveries to avoid delavs and to elsewhere that apply and/or relate to this prevent greater accumulauons than can be Section include: suitably stored at the site. 1) Mortar - Section SC.47 B. Store masonry units on wood pallets clear of the ground. Protect edges and faces 2) Concrete Unit Masonr3' Section from damage and from staining. SC .49 3) Cast Stone - Section SC.50 C. Store cement, lime, and premixed mortar in watertight sheds ~4th elevated floors. 5-77 1.05 SAMPLES C. Protect materials and completed work from staimng and discoloration. A. Submit samples of each brick m accordance with Item 1.28 - Shop Part 2 - Products Drawing, Product Data and Samples of the General Provisions. 2.01 MATERIALS A. Brick: Two different colors of brick are B. Erect a 4' x 4' sample wall panel using brick, glazed concrete masonry units, and to be used on the Project as indicated on cast stone in amounts generally the Drawings as "red" and "brown." The proportional to the design, facing west for specific brick selections are as follows: the approval of the Engineer. 1) Red: Eureka Brick 8: Tile Co. #38 C. Wall panels shall be representative of the Modular Sand. materials, methods, and workmanship to be used on the building and shall contain 2) Brown: Eureka Brick & Tile Co. #250 Modular Smooth. the full range of colors, texture and quality of the brick. 3) Brick shall be supplied in various D. Do not order materials until brick sample shapes and solids as required to complete the work. Holes in brick, if has been approved. any, may not be exposed under any E. The accepted brick panel shall be left circumstances. standing m place until all masonry work is completed. B. Wall Ties: At Face Brick/CMU: Refer to Section 1.06 GUARANTEE SC.49, Concrete Unit Masortry. A. Upon completion and acceptance of the C. Cleaner: Deox Chemical Cleaner by project, furnish to the Owner through the Engineer awrittenguarantee. National Chemsearch Corp., or Sure Klean by Process Solveto Co., Inc. B. Guarantee all items and work included m Part 3 - Execution this Section for a period of two years from the date of acceptance against 3.01 LAYING BRICK defective workmanship and/or materials. A. Refer to procedures in Section SC.47, C. Defects resulting from faulty materials Mortar and Grout. and/or workmanship during the guarantee B. Examine other construction which period shall be repaired or replaced by the Contractor at his expense. supports or roteffaces with masortry work. Where conditions exist which prohibit 1.07 JOB CONDITIONS proper installation of the masonry, do not start masonry. work until such conditions Protection of Work: are corrected. A. During erection, cover top of wall at end C. Wall Ties: Install ties at a ma~ximum of of each day with waterproof membrane. 16" o.c. vertically (horizontal ties are integral at 16" o.c.). Install anchors and B. Protect work from weather or construction ties as detailed in the Drawings and m damage. Lay no masonry if temperature is accordance with good practice. below 40° F. Remove and replace frozen or damaged masonry. D. The Contractor shall lay the brick m the colored bands and pattems indicated on the Drawings. 5-78 3.02 CLEAN-UP B. Cover and protect against w~nJting or Refer to Item 1.32 of the General Provisions, freezing prior to use. -- and Section SC.47 - Mortar and Grout. C. Handle units on pallets or flat bed SC-49 - CONCRETE UNIT MASONRY barrows. Part 1 - General Part 2 - Products 1.01 SCOPE 2.01 MATERIALS ' A. Furnish all labor, materials, tools, A. Regular Concrete Masonry Units: equipment and related items required for 1) ASTM C9IM!5, Grade N, Type I. the complete installation of Concrete Unit Masonry work as indicated by the 2) Dimensions: As indicated on Contract Documents. Drawings. B. Work, items and requirements specified 3) Lightweight aggregate. elsewhere that apply and/or relate to this · Section include: 4) Concrete Masonry Units shall have vertical bull nose at exposed outside 1) Item 7.4, Part III of the Standard comers throughout the building where Specifications comers project more than one inch from an inside comer or door jam. 2) Caulking and Sealants - Section Refer to Drawings. Verify locations SC.57 with Engineer prior to ordering material. 3) Flashing and Sheet Metal - Section SC.56 B. Glazed Concrete Masonry Units: 4) Mortar and Grout - Section SC.47 1) Equal to "Spectra-Glaze" manufactured by The Bums and . 5) Brick Masonr3, - Section SC.48 Russell Company. Otherwise meet ASTM C744 standards for 6) Miscellaneous Metal - Section SC.34 performance, Colors to match existing "' 7) Membrane Dampproofing - Section colors. SC.53 2) Dimensions: As indicated on Drawings, with tolerances set forth in " 1.02 SUBMITTALS manufacturer's specifications. A. Certificate: Furnish rnanufacturer's __ certification that masonry. units furnished C. Mortar: Refer to Section SC.47, Mortar meet or exceed requirements of this and Grout. specification. D. Grout: Refer to Section SC.47, Mortar B. Submit product data as specified in and Grout. Item 1.28 of the General Provisions. E. Water: Potable. 1.03 PRODUCT DELIVERY. STORAGE AND HANDLING F. Joint Reinforcing: Refer to Drawings. A. Store masonry umts above ground level 1) At single wythe CMU walls: Install platforms which allow air circulation truss type reinforcing equal to under stacked umts. "AA600 BLOK - TRUS" 5-79 " manufactured by AA Wire Products, J. When joining fresh masonry to set or 8" o.c. vertically. partially set masonry construction, clean exposed surface of set masonry and .... 2) At brick veneer / CMU walls: remove loose mortar prior to laying fresh reinforcing required at 8" o.c. masonry. vertically alternating truss type ~ reinforcing and ties equal to "AA660 K. If necessary to stop off a horizontal run of ECONO - CAVITY BLOCK - masonry, rack back one-half block length TRUS" and AA640 ECONO m each course. · · CAVITY BLOCK TRUS" manufactured by AA Wire Products. L. Do not use toothing to join new masonry to set or parthlly set masonry when .... 3 ) Provide prefabricated corner pieces, continuing a horizontal nm. maximum possible lengths. M. Install all materials m complete _ G. Compressible Filler - asphalt impregnated accordance with manufacturer's written fiber board, full thickness of opemng. specifications. Part 3 - Execution 3.02 PROTECTION OF WORK 3.01 GENERAL A. Protect sills, ledges and offsets from mortar drippings or other damage during __ A. Refer to requirements m Section SC.47, construction. Mortar and Grout. B. Lay only dry masonry units. B. Remove misplaced mortar or grout __ immediately. C. Bond: Running bond with vertical joints c. Cover top of walls with nonstaimng located at center of masonry units m - - alternate course below. waterproof coverings when work is not m progress. D. Set units plumb, true to line, and with level D. Provide minimum 2 feet overhand of -~ courses accurately spaced. Provide special umts as indicated or implied in protective covering each side of wall and drawings to minimize cutting. securely anchor. E. Adjust masonry unit to final position while E. Protect face materials against staining. mortar is soft and plastic. 3.03 MORTAR BEDS F. If units are displaced after mortar has A. Hollow Units: stiflened, remove, clean joints and units of __ mortar and relay with fresh mortar. 1 ) Lay with full mortar coverage on horizontal and vertical face shells. G. Adjust shelf angles to keep masonry level and atproperelevation. 2) Provide full mortar coverage on horizontal and vertical face shells and H. Provide pressure-relieving joints by webs in all courses offollo~ing: placing continuous 1/8 inch foam neoprene "- pad under shelf angle and seal joint with a) Starting course on footings and sealant specified in Section SC.57. solid foundation walls. -- I. Cold weather restrictions when mean daily b) Where adjacent to cells or cavities temperature is below 40 degrees F: to be filled with grout. Miramum temperature of masom37 unit when laid: 30 degrees F. 5-80 ' B. Solid Units: Lay with full mortar B. Samples: Submit one (1) sample of cast coverage on horizontal and vertical joints. stone finish for Engineer's approval and selection of color and texture. ' 3.04 JOINTS 1.03 QUALITY ASSURANCE Horizontal and Vertical Face Joints: A. Manufacturer: Cast stone manufacturer A. Constructuniform 3/8"joints. shall have at least 5 years experience fabricating similar work. Submit list of B. Shove vertical joints fight. recent completed projects if requested. C. Tool joints m walls to be exposed or B. Fabrication Tolerances: painted when thumb print hard with ' concave jomter. 1) Squareness: Not more than 1/8 m. m 6 ft. out of square. 3.05 BUILT-IN WORK -- 2) Distortion: Not more than 1/8 m. per A. Refer to Section SC.47, Mortar and 6ft. of length. Grout. _ 3) Location of Anchors and Inserts: B. Solidly grout spaces around built-m items. Plus or minus 3/8 m. 3.06 POINTING AND CLEANING C. Design Criteria: Refer to Item 1.32 of the General Provisions, 1) Mix Design: Determine design mix and Section SC.47 - Mortar and Grout. for specified strength. SC-50 - CAST STONE 2) Reinforcemere: Fabncator is responsible for design of reinforcing to ~. Part 1 - General resist erection stresses, dead loads and 1.01 SCOPE live loads; and for structural design of connections and anchors. A. Fumish all labor, materials, tools, equipment and related items required for 1.04 DELIVERY AND STORAGE the complete installation of cast stone work as indicated m the Drawings and After curing, store, stack, and transport stone Specifications. m a manner .to prevent cracking, chipping, spallmg, staining and other injuries. Store B. Work, items and requirements specified stone entirely free from ground, under cover. " elsewhere that apply and/or relate to this Section mchide: 1.05 PROTECTION Protect stone to prevent concrete, asphalt, ..... 1) Mortar- Section SC47 rainwater and other foreign material from 2) Brick Masonry - Section SC.48 defacing stone surfaces. 3) Painting - Section SC.61 1.02 SUBMITTALS Part 2 - Products 2.01 MATERIALS A. Shop Drawings: Submit m accordance with Item 1.28 of the General Provisions. A. Portland Cement: TrinitS.' white cement, Indicate sizes, shapes, materials, ASTM C-150, Type I. reinforcement, joint details, locations, signage (size, style, and position), and B. Avgreaates: ASTM C33. anchorage. 5-81 C. Sand: Clean, sound, free from loam, clay 3) Fabricate stone true to dimensions or organic matter, well-graded from and profiles with sharp, straight edges coarse to fine. and uniform curves. D. Reinforcement Steel: ASTM A615, 4) Do not silicone stone. Grade 40, domestic, and ASTM A82. Hot-dip galvanize at'mr fabrication, C. Anchors: Provide dowel holes m stone. ASTM A153. D. Finish: Uniformly light textured surface, E. Water: Drinkable, free from deleterious entirely free of pits, holes or form marks, substances. to match approval sample. F. Pointing Mortar: Hydromat non-staining Part 3 - Execution pointing mortar by Upco Co., color to match stone. 3.01 INSPECTION A. Inspect surfaces to receive stone for G. Coloring Agent: Inorganic mineral oxide conditions that would prevent qualit>, color agent, maximtan 3% by weight of installation. Portland Cement content. Match color and texture of existing cast stone panels. B. Do not proceed until defects are corrected. H. Galvanized Touch-up Paint: Galvicon or 3.02 INSTALLATION ZRC Compound. A. Anchor stones to structure in accordance 2.02 MIXES with approved Shop Drawings. A. Stone: Aggregate and Portland Cement B. Set stone plumb, level and tree in full beds proportioned in accordance with approved of Type N mortar. mix design, with a water cement ratio not exceeding 2 gallons of water per sack of C. Grout dowels into holes in stone. cement. Incorporate color pigments m amounts to achieve selected color to D. Leave securely anchored and bonded. match approved samples. E. Touch-up welded areas with galvanized B. Pointing Mortar: Mix with water in touch-up paint. accordance with manufacturer' s directions. 3.03 JOINTS A. Provide 3/8 in. wide joints. Fill joints 2.03 FABRICATION with mortar as stone is set. Align joints A. Reinforcement: Reinforce stone with wire with adjacent brick masonry. and steel reinforcement bars in accordance with approved Shop B. Rake joints to a depth of 3/4 m. for Drax~ings. pointing. B. Stone: Fabricate stone in accordance C. Point joints with pointing mortar. with approved Shop Drax~ings, with a minimum compressive strength of 4000 D. Tightly tool joints and leave slightly psi at 28 days of age. concave. 1) Steam cure for 16 hours after casting. 3.04 CLEANING After stones are installed, remove foreign 2) Moisture absorption shall not exceed matter from surface of stone using a stiff fiber 8% when tested according to ASTM brush, mild cleanser and clear water. Use of C97. acid is strictly prohibited. 5-82 SC-51 - ROUGH CARPENTRY 2.02 PRESERVATIVE TREATMENT Treated lumber shall be required at studs and Part 1- General base plates where indicated on Drawings. 1.01 SCOPE Treatment shall be one of the following: A. Furnish all labor, materials, tools, A. 5% by weight, pentachlorophenol, by equipment and related items required for the complete installation of Rough vacuum. Carpentry work as indicated by the B. Osmose K-33. Contract Documents. 2.03 BUILDING FELT B. Work, items and requirements specified elsewhere that apply and/or relate to this ASTM D-226, 15 lb., non-perforated, asphalt Section include: satuntted. 2.04 ROUGH HARDWARE 1) Finish Carpentry - Se~don SC.52 Provide all rough hardware for proper 2) Insulation- Section SC.54 execution of all rough carpentry, galvamzed where exposed to moisture. Refer to 3) Gypsum Drywall - Section SC.59 Structural Drawings. 1.02 HANDLING MATERIALS AND Part 3 - Execution EQUIPMENT 3.01 TREATED WOOD Protect materials .from weather at all times. All wood, including blocking, used m the Store all material on blocks above ground. following areas shall be treated in accordance with current edition of ASPA Standard i.03 CERTIFICATES Specifications C1 and C2 and current Federal Furnish Engineer with certificate from lumber Specification TT-W-571. treatment company, certifying treatment type, amount, moisture percentage after kiln drying. A. Where used in contact with the ground, concrete, or steel. Part 2 - Materials B. Where used for sills, plates, screeds, cant 2.01 LUMBER AND PLYWOOD DECKING strips, blocking, gravel stops, nailer and bucks. A. Refer to Structural Drawings. C. Where othenvise indicated on Drawings. B. All flaming lumber shall conform to PS 20-70, grade indicated on Drawings, S4S, 3.02 GROUNDS KD with moisture content not more than 12%. Provide treated permanent wood grounds and temporary wood grounds as required for C. Pl.~vood decking at roof shall be 3/4" A- proper execution of work of all trades. Remove temporal, grounds when they are no C Exterior Grade (wood and glue) Fir or Yellow Pine, DFPC grade stamped, and longer required. otherwise supplied m conformance with appropriate American Plywood 3.03 WOOD BLOCKING Association recommendations. A. Provide all wood blocking as reqmred to provide anchorage for other materials. Form to shapes and sizes as indicated or as may be required to accomplish a particular installation. Form blocking of 5-83 minimum 2 inch thick material. 4) National Forest Products Association Contractor to carefully consider recessed accessories, light fixtures, and other items 5) Southern Pine Inspection Bureau and flame, brace, and block for secure attachment of these items as required. 1.03 SUBMITTALS B. When blocking, is required m conjunction A. Meet requirements of Item 1.25 of the ~ General Provisions - Shop Drawings, with structural steel work, bolt blocking to steel with countersunk bolts, washers Product Data and Samples. and nuts. B. Show sizes, quantities, markings, materials, finish~, and installed hardware C. Wedge, anchor and align blocking to on Shop Drawings. provide a rigid and secure installation of both blocking and other work related C. Draw profiles, sections, and view of items thereto. especially manufactured for this work at a scale large enough to permit checking for SC-$2 - FINISH CARPENTRY design conformity. Part 1 - General D. Make assembly and installation drawings 1.01 SCOPE to show methods of fastening, bracing, and connecting to work of other trades. A. Fumish all labor, materials, tools, equipment and related items required for E. Note, and mark suf~cien~y, to indicate the complete installation of Finish compliance with requirements of these Carpentry as indicated by the Contract Specifications. Documents. B. Work, items and requirements specified 1.04 DELIVERY AND STORAGE elsewhere that apply and/or relate to this A. Schedule all deliveries to avoid delays and Section include: to prevent greater accumulations than can suitably be stored at the site. 1) Rough Carpentry - Section SC.51 2) Painting - Section SC.61 B. Deliver materials to the site in manufacturer's original, unopened labeled 1.02 QUALITY ASSURANCE containers. A. The "Quality Standards" of the C. Store to prevent damage from moisture Architectural Woodwork Institute shall and construction work. apply and by reference are hereby made a part of this Specification. Any reference D. Store materials to allow easy access to to Premium, Custom or Economy in this construction. Specification shall be as defined m the latest edition of the AWl "Quality E. Stack materials in neat stacks, well off Standards". the ground, properly covered to protect from bad weather and water. B. Otherwise conform to the requirements and recommendations of applicable Part 2 - Products portions of the standards listed below: 2.01 MATERIALS l) American Plywood Association Exterior fascia and related trim pieces shall be finger-joint redwood, for opaque finish. Match 2) Architectural Woodwork Institute profiles of existing fascia and trim pieces. 3) American Wood Preservers Institute 5-84 Part 3 - Execution 1) Structural Concrete - Item 7.4, Part HI of the Standard Specifications 3.01 FABRICATION, INSTALLATION, AND WORKMANSHIP 2) Mortar and Grout - Section SC.47 A. Set all work straight, plumb, level, and in true alignment. Closely fit face plates, 3) Brick Masonry- Section SC.48 bases, trim, and filler strips to adjacent members. Fasten all members securely, 4) Concrete Unit Masonry Section and blind nail or otherwise conceal SC.49 connections where possible. Leave work in complete and unblemished condition. 5) Rough Carpentry - Section SC.51 B. Provide wood grounds and blocking as 6) Flashing and Sheet Metal - Section required for secure placement of all trim. SC.56 C. Field measure to assure precise fit prior to 1.02 ACCEPTABLE MANUFACTURERS fabrication. Notify Engineer immediately Products of the following manufacturers may of any conflict which will result in an be considered as acceptable for use on this unsuitable installation. Project, provided that such products conform to Specification requirements as hereinafter set 3.02 WOOD BLOCKING forth: Provide treated pennanent wood grounds and temporary wood grounds as required for A. Afco Products, Inc. proper execution of work of all trades. B. Rubber & Plastics Compound Company, Remove temporary grounds when they are no longer required. Inc. 3.03 CLEAN-UP C. Wasco Products, Inc. A. Refer to Item 1.32 of the General 1.03 DELIVERY OFMATERIALS Provisions. Deliver materials to job site in manufacturer's B. Clean adjacent material which has been original, unopened containers with soiled after installation of this work. manufacturer's name and brand clearly marked thereon. C. Leave in a neat, clean, unsoiled condition, free of any blemishes or conditions that 1.04 GUARANTEE would impair proper application of paint General Contractor, subcontractor and or stare. material manufacturer shall jointly guarantee work against defects in workmanship and SC-53 - MEMBRANE DAMPROOFING matenals for a period of one (1) >'ear from date of Final Acceptance of entire project. Part I - General 1.01 SCOPE Part 2 - Materials A. Furnish all labor, materials, tools, 2.01 THROUGHWALL FLASHING equipment and related items required for Equal to Nevastral HD, 20 rail (.020") non- the complete installation of Membrane reinforced, homogeneous, waterproof, Damproofing as indicated bv the Contract impermeable shuting compound of elastomenc Documents. substances which have been reduced to a thermoplastic state. B. Work, items and requirements specified elsewhere that apply and/or relate to this Section include: 5-85 2.02 EQUAL tight to protruding material. Seal opening Equal to Nevastral 300. tightly and thoroughly with mastic. F. After fabric is in place, apply a full, 1/8 2.03 MASTIC inch thick, protective coating of troweled- Compatible with flashing material, of on mastic to all face areas of fabric. troweling consistency, suitable for cold application and approved by manufacturer of G. When necessary to protect other trades, membrane material. work m vicinity of flashing operations, protect such work by masking, covering, 2.04 VAPOR BARRIER or other precautionary methods. Remove such coverings, etc., after they have served Vapor barrier shall be applied to exterior face their purpose. of the backup concrete masonry units. Barrier shall be equal to semi-mastic #714 as H. Trim flashing m final condition for neat manufactured by J& P Petroleum Products, appearance without jeopardizing integrity Inc., Dallas, Texas. of water penetration into the building. Part 3 - Execution I. Apply vapor barrier to dry, smooth, clean 3.01 GENERAL surface free of dust, oil, grease, loose particles, and laitance. A. Provide flashings as detailed necessary to prevent moisture from entering the interior 1 ) Apply m smct accordance with wall space. manufacturers recommendations. B. When membrane ~ashings are installed 2) Application of material is considered against vertical surfaces of any type of to be acceptance of surfaces to be subsIrate, apply a full, troweled-on coating dampproofed. Repair or correct any of mastic to the substrate. Carefully defects caused by improper embed flashing membrane into mastic to preparations or installations. the substrate. Carefully embed flashing membrane inw mastic and roll out 3) Apply to all masonry back-up walls wrinkles, air pockets and bulges. adjacent to interior areas. C. As far as available roll widths permit, 4) Vapor barrier is to be a continuous install throughwall flashings without membrane with no breaks. longitudinal joints within walls. If required material is not available in sufficient roll width to prevent longitudinal 3.02 THROUGHWALL FLASHING joints, make such joints by lapping Lay membrane in a slurr3' of fresh mortar and material a minimum of 6 inches, and topped with a fresh bed of mortar. Membrane sealing joint, throughout its length, with shall start 1/2" from the outside face of the mastic. wall, earned through the wall mining up across cavity a minimum of 6", secured m D. As far as possible, avoid necessity for back wall mortar jomt. Where mterior face of ma.kmg end joints m flashing material. masonry walls are exposed to view, flashing When end joints are necessary, lap shall terminate 3/4" back form the face and flashing material a miramum of 9 inches tumed 1/2" on itself. and seal joint, throughout its length, with mastic. 3.03 CLEANING UP E. Where anchors, popes, inserts, etc., At completion of operations, clean all work of puncture fabric, make opening m fabric as other trades that has, m an>, way, been soiled small as possible so that fabric will fit by these operations. Remove all excess 5-86 materials, containers, and refuse resultant from B. Ceiling Insulation: Owens-Coming Light operation· Density Thermal Insulation, 24" wide, kraft-faced, 9-1/2" thick, R-30. SC-54 - BUILDING INSULATION C. Other miscellaneous insulation Part 1 - General applications (e.g., packing at wall openings): Owens-Coming products 1.01 SCOPE consistent with quality of materials used A. Furnish all labor, materials, tools, elsewhere, and recommended for equipment and related items required for particular use by manufacturer. the complete installation of Building Insulation as indicated by the Contract Part 3 - Execution Documents. 3.01 INSPECTION B. Work, items and requirements specified Examine areas scheduled to receive insulation elsewhere that apply and/or relate to this to insure protection against inclement weather Section include: and other hazards as work of proceeding trades is completed. Proceed with installation when 1) Concrete Unit Masonry - Section conditions aresatisfactory. SC .49 3.02 INSTALLATION 2) Rough Carpentry - Section SC.51 A. General requirements at CMU: 3) Gypsum Wallboard - Section SC.59 1) Install in all cells of CMU that is a 1.02 DEFINITIONS part of the exterior wall construction. R-value designation is the thermal resistance 2) The insulation shall be poured directly of insulation only, not including air space or into the wall at any convement other factors assumed to result in higher R- interval. Wall sections under openings value. shall be filled before sills are placed. 1.03 PRODUCT DELIVERY AND STORAGE 3) All holes and openings in the wall A. Delivery materials to project site in through which insulation can escape manufacturer's original packaging. shall be permanently sealed or caulked prior to installation of the insulation. B. Clearly identify manufacturer, contents, brand name, applicable standard, R- B. General requirements at ceiling: value. 1 ) Fit insulation snugly between framing. C. Store materials off ground and protect Maintain integri~ of insulation over against weather, condensation, and entire area to be insulated. Insulate damage. Remove damaged materials small areas between closely spaced from site. framing members. Part 2 - Materials 2) Cut and fit insulation around pipes, conduits, and other obstructions. 2.01 INSULATION A. Thermal Wall Insulation: Equal to 3.03 CLEAN LIP Silicone Treated Perlite loose fill Remove and dispose of all excess materials, insulation, conforming to requirements of litter, and debris leaving work area in a clean ASTM C549 and Federal Specification condition. HH-I-574b. 5-87 SC-55 - SHINGLES Part 3 - Execution Part 1 - General 3.01 INSPECTION 1.01 SCOPE A. Insure that work penetrating roof surface A. Furnish all labor, materials, tools, has been completed to the extent that exluipment and related items required for shingles can be applied the complete installation of Shingle work as indicated by the Contract Documents, B. Examine surface to receive shingles to including removal of existing shingles and assure that it meets roof manufacU~er roofing felt and installation of new requirements. shingles and roofing felts as specified. C. Check that hahing has been installed B. Work, items and requirements specified appropriately forth is stage of the work. elsewhere that apply and/or relate to this Section include: D. Do not apply materials over wet decking or sheathing. 1) Rough Carpentry - Section SC.51 E. Do not proceed with installation of 2) Sheet Metal - Section SC.56 shingles until defects are corrected. 1.02 PRODUCT DELIVERY, STORAGE, AND 3.02 INSTALLATION HANDLING A. Underlayment: Use minimum 2" headlap A. Deliver shingles with grading labels intact. and minimum 4" side lap. B. Store shingles in dry and protected B. Fasten feltswithroofingnails. environment. C. Lap felts 4" over metal flashing. 1.03 GUARANTEE D. Installation of underlayment and shingles A. Furnish written maintenance guarantee for 2 years which covers repairs required shall be in accordance with the m maintain a watertight condition. instructions published by manufacturer. B. Provide manufacturer's 30-year limited 3.03 CLEAN UP warranty for Base Bid shingles. Present Refer to Item 1.32 of the General Provisions. Owner with full information and conditions ofmanufacturer's warranty. SC-56 - SHEET METAL Part 2 - Products Part 1 - General 2.01 MATERIALS 1.01 SCOPE A. Dimensional 365 shingles, ASTM A. Furnish all labor, materials, tools, D3462-87, ASTM D3018-90 type I as equipment and related items required for manufactured by Celotex, color to be the complete installation of Sheet Metal selected by engineer. work as indicated by the Contract Documents. B. Roofing Felt: ASTM D-250 asphalt saturated roofing felt, 15 pound, two B. Work, items and requirements specified layers as indicated on Drawings. elsewhere that apply and/or relate to this Section include: C. Nails: Standard galvanized roofing nails, size and spacing as required by shingle 1) Rough Carpentry'- Section SC.51 manufacturer. 5-88 2) Miscellaneous Metals - Section SC.34 1.05 DELIVERY AND STORAGE 3) Membrane Dampproofing Section Use all means necessary to protect materials of ' S C. 53 this Section before, during and at~er installation and to protect installed work and 4) Shingles - Section SC.55 materials of all other trades. 5) Sealants and Caulking Section 1.06 COORDINATION SC.57 A. Cooperate with other trades on the job to ' supply and install materials as they are 1.02 STANDARDS required with relation to other work. Meet requirements and recommendations for ' applicable portions of Standards listed. B. Make worhnanlike connections at points where sheet metlal work connects to or A. American Hot Dip Galvanizer Association interlocks with other materials, ' - AHDGA particularly at front gable and dormers. B. American Society for Testing and 1.07 GUARANTEE -- Materials - ASTM A. Upon completion and acceptance of the project, furnish to the Owner through the C. Copper Development Association - CDA Engineer, a written guarantee. D. Lead Industries Association - LIA B. Guarantee all items of work included in this Section for a period of two (2) years E. Sheet Metal Contractors National -' from the date of acceptance, against Association, Inc. - SMCNA defective workmanship and/or materials. _. 1.03 QUALIFICATIONS C. Defects resulting from faulty materials A. The applicator of this work shall comply and/or workmanship during the guarantee with the recommendations of the CDA period shall be replaced by the General .~- and the SMCNA Manual. Contractor at his expense. B. Workmen shall be craftsmen trained and D. This guarantee shall be issued jointly by _ skilled to do this type of work. the general contractor, the sheet metal applicator and the roofing applicator for 1.04 SHOP DRAWINGS the full 2 years. A. Refer to Item 1.28 of the General Part 2- Products Provisions - Shop Drawing, Product Data Samples. 2.01 MATERIALS B. Submit shop drawings for sheet metal, A. Galvamzed Sheet Metal for Flashing other than standard indicated shapes, that ASTM A-525 mill phosphatized, 1.25 ounce coating not lighter than 24 gauge. is fabricated especially for use on this Sheets shall be marked with project. manufacturer's name or trade name, such as "Paintlok", "Paint grip", etc., and C. Show locations, markings, quantities, sizes and shapes, gauges, fastenings, coating weight. anchorages and provisions necessary for B. Solder: ASTM B-32, half tm and half thermal expansion and contrachon. -- lead unless recommended otherwise by the manufacturer of the sheet metal. D. Draw profiles, sections, and views at a scale large enough to permit checking for design conformity,. 5-89 Part 3 - Execution 6) Lap joints 6" and fill with flashing 3.01 FABRICATION AND INSTALLATION cement neatly for a good appearance. A. General C. Gutters & Downspouts - Galvanized Sheet Metal: Gutters and downspouts shall be 1 ) Workmanship shall be in accordance made from 24 ga. metal to match existing " with the best practice. shapes. All joints shall be soldered. 2) Make sections uniform, rigid and D. Mechanical and electrical equipment ~ accurately fitted. flashings shall be funfished by those respective trades, but shall be installed by 3) Solder bead, or hem exposed edges. this trade as herera specified. 4) Examine surfaces that are in receive insulation, roofing and sheet metal 3.02 CLEAN-UP _ before staxtmgwork. A. Refer to Item 1.32 of the General Provisions - Cleaning. 5) Correct defects that would prevent proper installation of sheet metal. B. Clean adjacent surfaces from soil, siam, and adhered mawnat. 6) Proceeding with work shall be oonstmed as evidence that surfaces to C. Remove and replace damaged work that " receive sheet metal are satisfactory. cannot be restored to original condition. 7) Make allowances for expansion and D. Protect all sheet metal work from damage -- contraction of sheet metal members. by work of all trades and separate contractors. This Contractor shall furnish 8) Separate dissimilar metals with two protection as may be required. -- full copies of zinc chromate or bituminous paint. SC-57 - SEALANTS AND CAULKING _... 9) Conceal all separations upon Part 1 - General completion of work. 1.01 SCOPE ._ B. Flashmgs - galvanized sheet metal A. Furnish all labor, materials, tools, equipment and related items required for 1) Flashing shall be of 24 gauge. the complete installation of Sealant and Caulking work as indicated by the 2) Fabricate sections in one piece as long Contrac~ Documents. as it is practical and a miramorn of 8'- 0" long and to the profiles shown on B. Work, items and requirements specified " the drawings. elsewhere that apply and/or relate to this Section mclude: 3) Counterflashmgs, if required, are to -- extend up into the backup and out enough to form a lock jomt over the 1 ) Brick Masonry - Section SC.48 cap flashing as detailed. 2) Concrete Unit Masom3.' - Section " SC .49 4) Flash continuously around rotereal and external comers. 1.02 APPROVAL 5) Form fiashings to make a sprmg A. Before ordering any material, submit for action against the base flashing. the Engineer's review complete __ rnanufacturer's specifications of all material specified in this Section in 5-90 ' accordance with Section 01340- Shop Submit samples for approval by the Drawings, Product Data and Samples. Engineer. "' B. Apply small test area for Engineer's B. Acrylic Latex Caulk- equal to Pecora review before proceeding. AC-20, for interior application only. .... C. Primer, where required, shall be used as 1.03 DELIVERY AND STORAGE recommended by manufacturer of sealant A. Deliver and store materials m their m writing m the Owner, having been -- original unopened contam'ers bearing the tested for staining and durability on manufacturer's label. samples of actual sinices to be sealed. .._ B. Deliver, store and handle all materials so D. Back-up materials and performed joint as to prevent the entrance of foreign fillers - non-staining, compatible with materials and damage of materials by sealant and primer, and of a resilient _ water and breakage. nature, such as closed cell resilient foam, Pecora #90 Ethafoam, closed cell C. Store materials to allow flee access to the polyethelene or #91 Deveffoam. _- work. Materials impregnated with oil, bitumen, or similar materials shall not be used. D. Schedule deliveries to avoid any delay in Size and shape shall be as indicated by the work. joint details in Drawings. Sealant shall not adhere to back-up material and shall E. Protect materials from damage during be as recommended by sealant storage. manufacturer in writing to the Owner's representative. 1.04 GUARANTEE A. Upon completion and acceptance of the E. Bond breakers, where required, as project, furnish to the Owner a written recommended by manufacturer of sealant guarantee. in writing to the owner. B. Guarantee all items and work included in F. Solvents, cleaning agents, and other this Section for a period of two years accessory materials shall be as from the date of acceptance against recommended by sealant manufacturer in ' ' defective workmanship and/or materials. writing to the Owner. C. Defects resulting from fault>, materials Part 3 - Execution .... and~or workmanship dunng the guarantee 3.01 PRECAUTIONS period shall be repaired or replaced by the Contractor at his expense. A. Do not apply sealant when temperature is .... below 40 degrees F. D. This guarantee shall be issued jointly by the General Contractor and the applicator B. Do all sealing on the exterior before .... for a full two years. applying dampproofing. Part 2 - Products 3.02 PREPARATION " 2.01 MATERIALS A. Building joints shall be examined prior to application and an>' conditions A. Polyurethane Sealant (non-sag) - equal to detrimental to achieving a positive, Pecora "Dynatrol II" non-sag weather tight seal shall be reported to the polyurethane, color to match color of Contractor and the Engineer. existing joints, two compound type. 5-91 B. fill openings, joints, or channels to be E. Materials must not be changed in any way sealed shall be thoroughly clean, dry and and shall be used as they come from the free from dust, oil, grease, loose mortar, manufacturer's containers. or any other foreign matter. F. Apply materials with gun nozzle of C. Surfaces with protective coatings with sufficient size to render a neat, smooth which the sealant will come in contact, joint. such as new aluminum or bronze, shall be wiped with xylol, or a methyl ethyl ketone G. Apply compound with sufficient pressure solvent to remove the protective coating to completely fill al voids. Leave joint and any off deposit that may be left on the sligh~y convex. Seal- joints to be weather metal surfaces. tight. D. Where joints are deeper than 1/2", joint H. Finish joints in inside comers with finger, backing shall be used and packed into the using soapy water. joint to within 1/2" of the surface. A size shall be selected so as to allow for a I. Remove excess sealant and clean sealant minimum of 30% compression of the from adjacentsurfaces. backing when inserted into the joint. Where joints are 3/4" wide, place the J. Prevent damage or discoloration to an>, backing so that the depth of the joint to adjacent surfaces. receive sealant is one-half the width. K. Complete sealing before finish painting is E. Concrete or masonry joint surfaces shall started. be wire brushed, then air blown clean. 3.04 CLEAN-UP 3.03 APPLICATION OF SEALANTS A. Clean adjacent materials which have been A. Location of different types of sealants soiled, immediately after sealing the joint, shall beasfollows: and leave in a neat, clean, unsoiled condition. 1) Polyrethane type sealant - all exterior joints, at all points indicated on the B. Remove all excess materials and debris Drawings, around garage door frame from the job site. abutting, masonry on both interior and C. Refer to. Item 1.32 of the General exterior of frame, and all other locations specified elsewhere. Provisions. 2) Acrylic latex cat~k - in all interior SC-58 - SECTIONAL METAL OVERHEAD DOORS joints except around exterior garage door frame. Part 1 - General B. Mix materials in strict accordance with the 1.01 SCOPE manufacturer's instructions. A. Fumish all labor. materials, tools. C. Insert joint filler material in all excessively equipment and related items required for deep joints to within 1/2 the joint width of the complete installation of Sectional Metal Overhead Door work as indicated the surface of the joint. by the Contract Documents. D. Prime surfaces to be sealed with sealant primer in accordance with the sealant B. Work, items and requirements specified elsewhere that apply and/or relate to this manufacturer's instructions. Section include: · Painting - Section SC.61 5-92 1.02 STANDARDS AND QUALITY E. "Positension" drum. Meet requirements and recommendations of F. Electric operator: Model EL, 1/2 hp applicable portions of Standards of the trolley mounted. American Society for Testing and Materials. G. Controls: Wall-mounted standard push- 1.03 SHOP DRAWINGS button located at the west side of the door. A. Refer to Item 1.28 of the General Provisions Shop Drawing, Product H. Provide adequate steel angles and plates Data &Samples. required for the rigid and secure installation of doors and operators. B. Show locations, markings, quantities, sizes and shapes. I. Aluminum Fini.~h' C. Show elevations, locations, jamb and 1) No scratches and other serious head conditions, method of assembly and blemishes on material and chemically all mounting and supporting brackets for cleaned. equipment and tracks. 2) Finish m brortze anodized aluminum, D. Note and mark sufficiently to indicate characteristics recommended by compliance with requirements of these manufacturer. Coordinate to match Specifications. color of existing garage door frame. 1.04 DELIVERY AND STORAGE 3) 0.7 mil minimum coating thickness when measured per ASTM B-244, and A. It shall be' the responsibility of the with density of at least 32 rag. per Contractor to see that an3, scratches or square inch when measured per disfigurement caused m shipping or ASTMB-137. handling are promptly cleaned and touched up. J. Provide perimeter weatherstripping, bronze anodized aluminum frame with pvc B. Store materials on planks or drainage, out stripping at jambs and head. Size and of water and covered to protect them from install for reasonable tightness for water damage due to any cause. and heat loss control. Part 2 - Products Part 3 - Execution 2.01 MATERIALS 3.01 FABRICATION AND ERECTION A. "520 Series" Commercial Hea~'-Duty A. Execute work in stnet accordance with Aluminum, upward-acting sectional doors the Drawings and approved shop manufactured by Overhead Door drawings. Corporation, Dallas, Texas. No substitutions. Match design of existing B. Doors shall be installed only bv those garage door. licensed or authorized bv the manufacturer. Install sections, track, etc.. B. 3" galvamzed steel track. m accordance with the manufacturer's installation specifica-tions. C. Panels: anodized .050 aluminum, held in place by rigid vinyl moulding, etched and C. Work shall be inspected at completion, anodized to meet specification 204R1. and all damaged work shall be corrected in a manner satisfactory to Owner's D. Sprocket reduction chain hoist No. 3, Type A. representative. 5-93 ' 3.02 CLEAN-UP AND PROTECTION within the building shall be maintained within A. Refer to Item 1.32 of the General the range of 55 degrees to 70 degrees F. Provisions. Adequate ventilation shall be provided to carry " off excess moisture. B. Protect doors at all times and repair damaged work. Replace work that cannot Pan 2 - Materials be repaired to the satisfaction of the 2.01 GYPSUM WALLBOARD Owner. A. USG 5/8" Regular Sheetrock. SC-59 - GYPSUM DRYWALL B. USG 5/8" Exterior Gypsum Ceiling Board Part 1 - General -- 2.02 GYPSUM DRYWALL ACCESSORIES 1.01 SCOPE A. Wood Framing Members: See A. Furnish all labor, materials, tools, Architectural and Structural Drawings for ' equipment and related items required for size spacing and characteristics. the complete installation of Gypsum Drywall soffit and ceilings as indicated m B. Comer Reinforcement: USG Dur-A- -- the Contract Documents. Bead. B. Work, items, and requirements specified C. Metal Trim: USG 200-B or as noted on -- elsewhere that apply and/or relate to this Drawings. Section include: D. Insulation: Refer to Section SC.54, _ 1) Rough Carpentry - Section SC.51 Building Insulation. 2) FinishCarpentry-Section SC.52 E. All metal accessories used in exterior _ 3) Acoustical Panels - Section SC.60 applications shall be galvanized. 4) Painling - Section SC.61 2.03 JOINT TREATMENT -~ 1.02 ACCEPTABLE MANUFACTURERS A. USG Durabond Compound Taping. Products of widely recognized manufacturers B. USG Ready-Mixed Compound - Topping. will be acceptable, provided that such products ' are equivalent to or better than those specified, C. USG Perf-A-Tape Reinforcing. and provided that use of such substitute products will not involve additional cost to Part 3 - Execution ' Owner, and further provided that such substitute products will not, materially, alter 3.01 FRAMING ERECTION basic architectural design concepts. Install wood framing members at spacing indicated on Drawings. Brace all framing 1.03 DELIVERY AND STORAGE OF members securely. Otherwise meet U.S. MATERIALS Gypsum recommendations for installation. Stockpile wallboard at project, flat on floor, with care against loading beyond load limits of 3.02 GYPSUM PANEL ERECTION _._ material. Protect wallboard from moisture A. Apply gypsum panels horizontall3'. from any source. Damaged or deteriorated Position all edges over wood framing materials shall be removed from the project. members. Use maximum practical lengths to minimize end joints. Fit ends " 1.04 ENVIRONMENTAL REQUIREMENTS and edges closely, but not forced together. In cold weather and during wallboard B. For single-layer application of gypsum _. application and joint finishing, temperatures panels, space nails 12" o.c. in field of 5-94 panels and 8" o.c. staggered along other Over tapered edges, the timshed joint abutting edges. shall not protrude beyond the plane of the surface. All taped angles shall receive a C. All gypsum board used in exterior soffit finish coat to cover the tape and taping applications shall be equal to USG compound, and provide a true angle. Exterior Gypsum Ceiling Board. Where necessary, sanding shall be done between coats and following the final 3.03 ACCESSORY APPLICATION application of compound to provide a A. Joint System: Finish all face panel joints smooth surface, ready for decoration. with USG Joint System installed according to manufacturer's direction. 3.05 FASTENER DEpRESSiONS Spot exposed fasteners on face layers and Taping componnd shall be applied to all finish comer bead, control joints and trim fastener depressions followed, when hardened, as required, with at least three coats of by at least two coats of loping compound, joint compound, feathered out onto panel leaving all depressions level with the plane of faces and sanded smooth. the surface. B. Comer Bead: Reinforce all horizontal 3.06 FINISHING BEADS AND TRIM exterior comers with comer bead fastened at 9" o.c. on both flanges along entire Taping compound shall be applied to all bead length of bead. and trim and shall be feathered out from the ground to the plane of the surface. When C. Metal Trim: Where assembly terminates hardened, this shall be followed by two coats against masonry or other dissimilar of topping compound each extending slightly material, apply metal trim over panel edge beyond the previous coat. The fimsh coat shall and fasten at 12" o.c. be feathered from the ground to the plane of the surface and sanded as necessary to provide 3.04 JOINT TREATMENT a flat, smooth surface, ready for decoration. A. Taping: A thin, uniform layer of taping 3.07 CLEANING compound shall be applied to all joints and angels. Reinforcing tape shall be At the completion of installation of the applied immediately, centered over the partitions, all rubbish shall be removed from joint, seated into the compound. A skim the building, leaving floors broom clean. coat shall follow immediately, but shall Excess material, scaffolding, tools, and other not function as a fill or second coat. equipment shall be removed from the building Tape shall be properly folded and and jobsite. embedded in all angles to provide a tree angle. SC-60 - ACOUSTICAL PANELS B. Filling: After taping compound has Part I - General hardened, topping compound shall be 1.01 SCOPE applied, filling the board taper flush with the surface. The fill coat shall cover the A. Fumish all labor, materials, tools, tape and feather out slightly beyond the equipment and related items required for tape. On joints with no taper, the fill coat the complete installation of the acoustical shall cover the tape and feather out at panels as indicated by the Contract least 4" on either side of the tape. Documents. C. Finishing: After topping compound is set, B. Work, items, and requirements specified a finishing coat of topping compound elsewhere that apply and/or relate to this shall be spread evenly over and extending Section include: slightly beyond the fill coat on all joints · G}~psum Drywall - Section SC.59 and feathered to a smooth, uniform firfish. 5-95 1.02 SUBMITTALS H. The panels shall be ICBO, BOCA, and/or SBCCI approved. A. Product Data: Data sheets, installation instructions and maintenance procedures. 2.02 OTHER MATERIALS B. Samples: Two 12" x 12" x 2" sample A. Panels to be secured to ceiling surfaces panels, including specified fasteners and with 3 1/2" screws at 12 o,c. on each trim if requested. stud/rafter. Panels to be securely and snugly fastened against gypsum board C. Certificate: Manufacturer's certification surface mechanically and with adhesive that materials meet Specification recommeaded by panel manufacturer. requirements. B. Provide oth~ materials not specifically Part 2 - Products described but r~luired for a complete and 2.01 CEILING PANELS proper installation, as selected by the Contractor subject to the approval of the A. Acoustical panels shall be "Tectum Engineer. Interior Wall Panels" as manufactured by Tectum Inc., Newark, Ohio 43055: Part 3 - Execution 1) Thickness: 1-1/2" 3.01 INSPECTION A. Check areas scheduled to receive panels 2) Width: 30-3/4" for correct dimensions, plumbness of ceiling and soundness of surfaces that 3) Length: 10'-0" would affect installation. 4) Beveled long edges, tongue and B. Do not proceed with work until groove. unsatisfactory conditions are corrected. 5) Fimsh: Match Existing. 3.02 INSTALLATION B. Acoustical panels shall conform to Federal A. This contractor shall coordinate with Specification SS-S-118b. General Contractor for adequate blocking and framing for furring strips in ceiling c. Panels shall consist of wood fibers and structure. Othenvise coordinate as hydraulic cement binder molded under required with other trades to assure proper control conditions ofheat and pressure. and adequate provision in the work of those trades for interface with the work of D. Panels shall be Class 25, as classified by this Section. Underwriters' Laboratories, Inc. Guide No. BVRT. B. Install each panel in its proper location, firmly anchored into position, and in E. The panels system shall conform to ASTM accordance with manufacturer's standard C635 and installation shall be in recommendations. accordance with ASTM recommended practice C636. SC-61 - PAINTING F. The flame spread of the panels shall be 25 Part 1 - General or less under ASTM E 84 test method. 1.01 SCOPE G. Panels are to be rated Class 25 as defined A. Furnish all labor, matenals, tools, under Federal Specification SS-S-I18b, equipment and related items required to Class 25. do the painting work as indicated by the Contract Documents. 5-96 B. Examine carefully the Specifications as a 4) Miscellaneous Metals Section whole for all work, and be familiar with SC.34 their provisions for painting. " 5) Finish Carpentry - Section SC.52 C. Work included m this Section includes painting but is not limited to the following 6) Sealants and Caulking Section " items: SC.57 1) Building exterior including all 7) Gypsum Drywall - Section SC.59 -- mechanical and electrical items: 1.02 DELIVERY AND STORAGE a) All exposed surfaces of steel A. Schedule deliveries to avoid delays and -- lintels and shelf angles over prevent greaer accumulations than can be optninEs m exterior walls. suitably stored at the site. -~ b) All mechanical and electrical B. Store and mix materials m the assigned items on the exterior and roof of spaces. Protect floor if it is a finished the building that are exposed to surface. __ weather including ferrous piping. C. Gasoline and kerosene shall be stored outside the building in suitable containers _- c) All other exposed ferrous metal marked as to their contents. surfaces that are not included above. D. Oily rags and debris shall be removed __ from the building at the end of each work d) All 'other non-ferrous metal period. surfaces that are not included __ above that are exposed to public E. Assigned storage shall be kept neat and view. clean at all times. Keep paints covered at all times. e) All surfaces indicated to be ~ painted on the job. F. Deliver materials in their original unopened containers showing the name of f) All louvers, dampers and the manufacturer, the grade, and brand, -,- shutters. which shall be subject to the Engineer's 2) Building interior including: inspection. '~ Pan 2 - Products a) All exposed drywall surfaces. 2.01 MATERIALS __ b) All HVAC grilles registers. A. Materials shall be the best grade and appropriate type as manufactured by the c) All louvers, dampers and following: Pratt &Lambert, Jones-Blair. shutters. .... Sherwin-Williams. Pittsburgh Paints. d) Metal stairs, railings, ladders and Benjamin-Moore, Devoe-Raynolds. __ metal platform. B. Thinners and solvents shall be recommended by the paint manufacturer. D. Painting of prefmished materials is not required tinless specifically indicated by 2.02 COLORS "' the Contract Documems. A. The Contractor shall match existing E. Work specified elsewhere that relates to colors and make intermixes as required "' this Section includes: 5-97 with tinting colors of the same 3.02 PREPARATION manufacturer ofthepaint. A. Examine timshed surfaces to receive B. The Contractor shall apply a color sample painting before begirming work. of the ftmsh coat of each color to a 2' x B. Correct defects that could affect quality 2' sample of the material of the surface to of finished work. receive the color for the Engineer's approval. Do not apply this finish coat to C. Starting painling work shall be construed any other surfaces until the Engineer has as evidence of acceptance of conditions approved all of the finish coat colors. under which work will be done. Part 3 - Execution D. Clean surfac~ ~o be painted, and spaces 3.01 PRECAUTIONS in which painting will be done, to be broom-clean and dust-free. A. Do not apply paint under conditions that could affect drying or final finish. E. Remove soil, prints, stains, and adhered materials, that would affect fimsh B. Do not apply paint when temperature is painting. below 50 degrees F. or when excessive humidity is present. F. Retouch shop coats and prime coats as necessary. C. Do not apply paint on surfaces that will be exposed to direct rays of sun before G. Fill voids between different materials by drying sufficiently to prevent damage. back puttying with caulking compound. D. Protect or remove, escutcheons, fixtures, 3.03 MIXING plates covers and other items subject to damage or discoloration from painting. A. Do all mixing in accordance with the Replace items subject to damage or manufacturer's recommendations. discoloration from painling. Replace items removed for painting. B. Apply paint of consistency recommended by manufacturer. Additional thinning E. Maintain proper ventilation in areas while permitted only with specific approval. painting is being done. C. Use factory mixed colors, shades and F. Protect all work by others, clean and tints. Job mixing permitted only with refinish all work that has been damaged specific approval. because of lack of proper protection. 3.04 APPLICATION G. Protect all finished surfaces, and repaint A. Painting shall be done by experienced all work that has been damaged during skilled craftsmen trained to do this type of ' the execution of this work. work. H. Do not paint interiors until building and B. Apply paint according to the surfaces to be painted have been properly manufacturer's recommendations and as dried and cured. scheduled below. Other methods of application permitted with specific I. Do not apply paint until preceding coats are thoroughly dry and hard. approval only. J. Sandpaper and wipe initial coats with fine 1 )At Gypsum Board: Texture shall be rolled to an "orange peel" finish. sandpaper before applying succeeding Large samples of texture must be coats. provided on site for approval by 5-98 Engineer prior to commencing with · 2nd coat: the work. Silicone Alkyd Enamel (B56) .. 2.0 2) Other materials and conditions: per · 3rd coat: manufacturer' s specifications. Silicone Alkyd Enamel (B56) .. 2.0 " C. Paint shall be spread evenly, flowed on 4) Exterior Wood Trim (bare) ........................DFT per coat mils smoothly, and applied without sags, runs, wrinkles, shiners, streaks, or brush marks. · 1st coat: · ~' A-100 Alkyd Exterior Primer D. Do not paint surfaces containing excessive (Y24 W 20) .............................2.2 moisture. · 2rid coat: A-100 Flat Latex House and E. Retouch scrapped, abraded, or omitted Trim ........................................1.4 places in shop or prime coats before -- applying first coat. · 3rd coat: A-100 Hat Latex House and F. Sand all surfaces betwe~n each application Trim ........................................1.4 .-- of paint, enamel or varnish. 5) Exterior Plywood and Gypsum Board Soffit (verify necessity of primer at G. The following exterior coat/he applications soffit) ........................DFT per coat mils _- are to be in addition to those specified elsewhere. Referenced products are · 1st coat: Sherwin-Williams unless otherwise noted. Chek-Guard Primer (B42 Wl0) ..............................1.5 1) Ferrous Metal: (Including mechanical and · 2rid coat: electrical items of ferrous metal not factory A-100 Flat Latex House and finished painted) .......DFT per coat mils Trim ........................................1.4 · 1st coat: · 3rd coat: KEM KROMIK Primer A-100 Flat Latex House and 0El50 W 1) ...............................3.0 Trim ........................................1.4 · 2nd coat: Silicone Alkyd Enamel (B56) .. 2.0 H. The following interior coating -' · 3rd coat: applications are to be in addition to those Sillcone Allcyd Enamel (B56) ... 2.0 specified elsewhere. Referenced products are Sherwin-Williams unless otherwise .... 2)Galvanized Iron or Steel: (Including noted. mechanical and electrical items of galvanized iron and steel not factory 1) Ferrous MetalS: .........DFT per coat mils , painted) ....................DFT per coat mils · 1st coat: · 1st coat: KEM KROMIK Primer ........... 3.0 GALVITE OBS0 W 3) ..............2.0 · 2nd coat: .... · 2nd coat: Pro-Mar Allq'd Eg-shel Silicone Alkyd Enamel 0956) .. 2.0 Enamel 0B33) ..........................2.0 · 3rd coat: · 3rd coat: .... Silicone Alkyd Enamel (B56) ... 2.0 Pro-Mar Alky. d Eg-shel Enamel (B33) ..........................2.0 3) Exterior Conduits of Aluminum -- ffany: .......................DFT per coat mils · 1st coat: Zinc Chromate Primer "~ 05150 Y 1) ................................3.0 5-99 2)Galvanized Iron and Steel: Wash for each paint, and local sources or galvanized surfaces with Paim distributors of paints used. Thinnet .....................DFT per coat mils · 1st coat: 3.06 CLEAN-UP GALVITE (BS0 W 3) ..............2.0 A. Refer to Item 1.32 of the General · 2nd coat: Provisions Pro-Mar Alkyd Eg-Shel Enamel (B33) ..........................2.0 B. Remove dropped, splattered, spilled and · 3rdcoat: oversprayed paint from the hardware, Pro-Mar Alyd Eg-shel fixtures, glass, and building parts. Enamel (B33) ..........................2.0 C. Remove excess materials, containers, 3) Gypsum Wallboard ... DFT per coat mils debris and equipment from the site. · 1st coat: U.S.G. Texture Paint, rolled, (orange peel" texture) ..................... · 2nd coat: Pro-Mar 200 Latex Wall Primer .....................................1.4 · 3rd coat: Pro-Mar 200 Latex EgoShel Enamel ....................................1.5 · 4th coat: Pro-Mar 200 Latex Eg-Shel Enamel ....................................1.5 I. Any other exposed surfaces and areas not specifically mentioned above shall be properly primed and painted with not less than two coats of an appropriate type of paint as directed by the Engineer, unless noted otherwise on the Drawings. J. All surfaces to be painted, stained or coated shall be prepared as instructed by paint, siam or coating manufacturer's written recommendations and/or specifications. 3.05 CLOSE OUT REQUIREMENTS A. The Contractor shall provide at least one- half gallon of each final coat of each type and color of paint used on the Project for future use by the Owner in touch-up. B. The Contractor shall provide to the Architect a typed list of all matenals used in final coats throughout the Project. The list shall include manufacturer, manufacturer's stock number and name 5-100