Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 4002 - Contract - Red River Construction - WTP Improvements, 6100 N Guava Avenue - 10_22_1992
RESOLUTION #4002 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Red River Construction for improvements at the Water Treatment Plant located at 6100 N. Guava Avenue, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 22nd day of October, 1992. ATTEST: /s/ Sally Still Abbe Sally Still Abbe, Acting City Secretary APPROVED AS TO CONTENT: /s/ Gene Eads Gene Eads, Purchasing Manager APPROVED AS TO FORM: /s/ Harold Willard Harold Willard, Assistant City Attorney CONTRACT STATE OF TEXAS § COUNTY OF LUBBOCK § /s/ David R. Langston DAVID R. LANGSTON, MAYOR THIS AGREEMENT, made and entered into this 22nd day of October, 1992 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Red River Construction Co., Inc., of the City of Dallas, County of Dallas, and the State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID NO. 12040--Water Treatment Plant Improvements Contract 3 (Water Utilities) in the amount of $4,692,416.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. i i LUBBOCK TEXAS WATER TREATMENT PLANT IMPROVEMENTS -GENERAL. FACILITIES CONTRACT 3 BID # 12040 7NEE i V City of Lubbock P.O. Box 2000 Lubbock, Texes 79457 606-767-2167 Office of Purchasing MAILED TO VENDOR: September 15, 1992 CLOSE: September 22, 1992 @ 2:00 P.M. NEW CLOSE: October 1, 1992 @ 2:00 P.M. BID #12040 - WATER TREATMENT PLANT IMPROVEMENTS GENERAL FACILITIES - CONTRACT 3 ADDENDUM # 1 PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS:, 1. Please note the change of closing date from September 22, 1992 at 2:00 P.M. to the new closing date of October 1, 1992 at 2:00 P.M. 2. Please note the changes and/or clarification in attached pages from HDR Engineering. These will become a part of the contract documents for this project. ,THANK YOU, Ron Shuffi , BUYER PLEASE RETURN ONE COPY WITH YOUR BID r CONTRACT ADDENDA ITEMS 1. Section 01010-1, line 11: Add, "installation of Owner -Furnished flocculation equipment." to the work of this contract. 2. Section 01010-1, line 13: Insert after the word appurtenances, "except flocculation equipment to be furnished by owner." 3. Section 01010-1, line 41: Add 6. Purchase of Flocculation Equipment. 4. Section 01010-2, line 29: Add the following item to paragraph 1.05, "The City of r Lubbock Water Utilities Department will pay the monthly electrical charges during construction."t F 5. Section 01060-5, line 19, add the following paragraph: 1.14 EPA NPDES STORMWATER PERMIT A. The U.S. Environmental Protection Agency (EPA) is currently in the process of issuing final rules for NPDES Stormwater Permitting. A general construction permit will have to be obtained from EPA by the Contractor prior to beginning construction. EPA has issued guidelines, August 1992, for completing the general construction permit. The cost of obtaining this permit is considered incidental to other items in the bid proposal. The EPA contract regarding the general construction permit is: U.S. Environmental Protection Agency Regional 6 Office 1445 Ross Avenue Dallas, Texas 75202-7175 Attn: Ms. Rhonda Harris (214) 655-7175 6. Section 08332-2, line 20, delete "Stainless steel ASTM A176% line 24, delete "Stainless steel ASTM A176' ; line 29, delete paragraph 2.03 ACCESSORIES, lines 29 through 45. 7. Section 08332-3, line 01, delete item 2, lines 01 through 03; line 06, delete item 4, lines 06 through 08; line 11, delete "factory prime painted, stainless steel Type 304'; line 12, delete "Combination electric safety edge and weather seal. Electric safety edge'; line 43, delete "L Slide bolts.". 8. Section 08700-5, line 10, delete from item 2, "805DUR"; line 17, add "d. Ivey #33485c, Schlage.". 1 ►R ,. 9. Section 09905-4, line 19: Delete item D replace with, "D. All products shall be suitable for contact with potable water." 10. Section0�9905-9, line 33, add "9. Valves, fittings and piping in filter gallery A and filter gallery y". 11. Section 09905-7, line 47, delete item 13 in its entirety. Section 09905-9, line 31, delete item 7. Section 09905-12, line 53, delete item T. 12. Section 09905-12, line 51: Insert after the word mechanisms, "Owner -Furnished Flocculation Equipment." 13. Section 11040-4, line 37, add Polyspede Electronics Corp. to list of acceptable manufacturers. 14. Section 11072-2, line 11, replace "d. Cascade Pump Co." with "d. Simmons Pump Co.". Line 07, replace 1. Propeller pumps." with 1. Vertical Turbine pumps.". 15. Section 11072-2, line 53, change "e. Stages: 2 @ 60 FT per stage." to "e. 2 @ 55 FT per stage.". 16. Section 11220-1, line 29: Add, "3. Associated electrical wiring and controls." 17. Section 11220-1, line 36, replace "4. Section 13440 - Instrumentation for Process Control: General Requirements." with "4. Section 13510 - Cathodic Protection." Line 38, replace "5.. Section 16010 - Electrical: General Requirements." with "5. Section 13440 - Instrumentation for Process Control: General Requirements." Add to item c: "6. Section 16010 - Electrical: General Requirements." ,.. 18. Section 11220-1, line 49, add the following paragraphs: 1.03 Product Delivery, Storage, and Handling A. Delivery and Unloading: r- 1. Installation Contractor shall unload equipment at the Lubbock Water Treatment Plant. 2. Supplier shall give Installation Contractor a minimum of 48 HRS notice prior r to shipping equipment. 3. Supplier shall give Installation Contractor a minimum of 24 HRS notice as to the time of delivery. r" 4. Supplier shall inform Installation Contractor of the type of equipment required to unload the goods. 5. Equipment must be delivered between 8:00 a.m. and 3:00 p.m. on weekdays. a. No deliveries on weekends accepted. b. No deliveries on holidays accepted. C. Installation Contractor and Owner have no obligation to accept products before or after specified times of day. 6. Installation Contractor shall unload equipment within 24 HRS of the time of delivery. I, 2 PW a. Supplier shall pay for all delivery truck and driver's time except that due to delays caused by Installation Contractor failing to unload equipment within 24 HRS of time of delivery. r., b. Installation Contractor shall pay for additional delivery truck and driver's time resulting from Construction Contractor's failure to unload equipment within 24 FIRS of time of delivery. B. Storage: 1. Installation Contractor shall suitably store and protect equipment on site after delivery. ! 4 . 2. Installation Contractor shall store and protect equipment in accordance with the following requirements: 7 a. Store immediately upon delivery. b. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. 7 C. Store electrical equipment and equipment with bearings in weather - tight structures maintained above 60, DegF. d. Protect electrical equipment, controls and insulation against moisture, '"' water, and dust damage. e. Connect and operate continuously all space heaters furnished in electrical equipment. �. f. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. g. Cover products which are subject to deterioration with impervious sheet coverings, provide adequate ventilation to avoid condensation. h. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. r, i. Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. j. Provide permanent, labeled, packings for spare parts. k. Suitably store spare parts and deliver to Owner's storage at Owner's convenience just prior to substantial completion inspection. �- 3. Supplier shall package materials and equipment in a manner that is suitable for the above storage conditions. 19. Section 11211-1, line 29. Add "3. Chemineer" to the list of Acceptable Manufacturers subject to compliance with the contract documents. 20. Section 11221-3, line 30. Delete item :'C." on lines 30 and 31. 21. Section 11221-3, line 32. Delete "and stabilizer". 22. Section 11221-3, line 43. Delete item "a." and item "b." and add the following: r "a. Gear reducer incorporating a solid output shaft. Output shaft shall be supported by 3 1 F two adapter -type antifriction bearings." 23. Section 11221-3, line 36. Delete item "a." and add the following: "a. 45' pitched blade turbine (axial flow) type. 24. Section 11221-4, line 40, change "3-1/2" to "4-1/2". 25. Section 11221-4, line 45, delete item 4. 26. Section 11221-5, line 07. Add item "3. The agitator shaft shall be equipped with a low pressure stuffing box seal." 27. Section 13441: Add the following to the specifications section to the Project Manual. See attached. 28. Section 13447: Add the following to the specification section to the Project Manual. See Attached. 29. Section 13510-2, line 20: Add "4. Owner -Furnished Flocculation Equipment." 30. Section 14305-2, item f: "metal building manufacturer" to "bridge crane supplier". 31. Sheet 101, Add "Demolition Note: Remove existing 12'-3" ± wide concrete drainage channel. Remove fencing and gate between filters and sedimentation basin. Remove retaining wall at west end of drainage channel.". 32. Sheet 101, Add to Note 2 "Reinforce opening with #5 at 12" spaced each way.". 33. Sheet 101, Section A is similar to Section D Sheet 102 without inside flume wall. 34. Sheet 101, Detail 1: The 3/4 IN drainline is to be connected to air header at tee with last 6 IN DIA type C branch at east end of basin. 35. Sheet 101, Angle Connection 4: Change T 3 IN x 1-1/2 IN x 3/8 IN" angle to T 5 IN x 5 IN x 5/8 IN' angle. Change note at jack bolt to read "304 SS Jack Bolts. Spacing as required by manufacturer." Change anchor bolt note to read 1 IN diameter SS anchor bolts. Epoxy in -place at 6 IN center to center spacing. Minimum embedment 6 IN typical." Delete note "Drill 3/4 IN DIA hole in steel stock." 36. Sheet 101, Basin Plan View, add coordinate "N838.40, E414.67 to the northeast corner of the carbon mixing basin. 37. Sheet 102, Section B, change 27 FT-8 IN to "29 FT - 8 IN." 36. Sheet 102, Section D: Reinforcing of #5@12" E.W., E.F. is for flume well only. For other wall reinforcing see Section E. 4 7 s 7 37. Sheet 102, Section C is a section taken through the Carbon Basin inlet perpendicular to Section F. Section D is a section taken through west half of Carbon Basin. Section E is taken through the west wall of Carbon Basin. 38. Sheet 103, West Elevation, add "12 FT x 10 FT' to Roll -Up Metal Door note. 39. Sheet 104, Floor Plan: Change reference at fiberglass grating from "9/405" to "similar to 12/402", use fiberglass angle imbed for curb. 40. Sheet 105, The crane rails shall be located 6 FT off of the north wall and shall be 24 FT in length. 41. Sheet 105, Roof Framing Plan, refer to Figure ADD 1-8 for new location of roof scuttle. 42. Sheet 105, Roof Framing Plan, add (2) notes: "24LH11 Joist" and "3 Rows of Bridging", refer to Figure ADD1-4. a r 43. Sheet 105, Parapet Wall Detail, add (3) notes to detail, "Metal Flashing", "Single Ply Roof Membrane (TYP)", and "2-1/2 x 2-1/2 x 1/4 Angle Cont.", refer to Figure ADD1- 5. 44. Sheet 201, Carbon Slurry Tank Lower Plan Water and Air Piping, add "12 IN' dimension to wall thickness, refer to Figure ADD1-6. 45. Sheet -201, Detail 1, add note: "Note: Dowel bars to match size of reinforcement and spacing of reinforcement in wall and floor.", refer to Figure ADD1-9. 46. Sheet 201, Carbon Slurry Tank Lower Plan Water and Air Piping, change width of stairway going north -south from 4 FT - 0 IN to "4 FT - 1/2 IN'' 47. Sheet 202, Section F, add "See Section 13081" to Acoustical Panels note. 48. Sheet 202, Section F: Change sheet reference at post setting from "404" to "406". 49. Sheet 202, Carbon Slurry Tank Upper Plan, change 23 FT - 5 IN dimension to "23 FT - 4 IN", change 4 FT - 3 IN dimension to "4 FT - 2 IN", change 8 FT - 4 IN dimension to "8 FT - 8 IN", change 17 FT - 9 IN dimension to 18 FT - 0 IN", change 4 FT - 8 IN dimension to "4 FT - 4 IN", change 12 FT - 4-1/2 IN dimension to "12 FT - 5 IN". 50. Sheet 202, Upper Plan: Chainlink fence and handrail shown are aluminum. 51. Sheet 203, Roof Framing Plan, delete the 25 FT - 4-1/2 IN dimension, and the 1 FT - 8-1/2 IN dimension showing the distance between the joist and the outside wall. 52. Sheet 203, Roof Plan, delete the 5 FT - 8 IN dimension. 5 r— 53. Sheet 204, Section A and Section D: Concrete stairs shown to have abrasive stair `k nosings each step. 54. Sheet 204, Section E: Add note "Clean Existing Concrete", and the "7 FT - 6 IN" dimension to the width of the concrete slab, refer to Figure ADD1-7. 55. Sheet 204, Section C: Add the following elevations to the Section, 'T.O. Bond Beam EL. 3266.00" and "Cast Stone Sill EL 3264.00", refer to Figure ADD1-10. 56. Sheet 208, Plan 3: Handrail shown is existing. 57. Sheet 210, Decant Structure Weir Box: Handrail shown to be 4 FT aluminum chainlink fence. 58. Sheet 214, Demolition -Alum & Carbon Feed Machines, refer to ADD1-1 for missing notes. 59. Sheet 214, Chemical Feed Equipment Modifications - Plan, add note, "Ultrasonic Level Indicator. Locate as Required by Manufacturer. Cut Hole in Top of Bin as Required by Equipment Supplied." Refer to Figure ADD1-2. 60. Sheet 215, Basin Plan, Change note 4 to read, "Weir plate replacement see Figure ADD1-12, typical of six basins." 61. Sheet 301, Site Work: New fence and 2-26 FT gates shown between Chlorine Contact Basin and Sedimentation Basin is existing and not part of this contract. 62. Sheet 404, Room Finish Schedule, add note, "Finish Schedule to include Blower Building, Carbon Building, and the Existing Carbon Building, this does not the dry well beneath the Carbon Building." 63. Sheet 405, Detail 3 - Fascia, add note, "Metal Deck", refer to Figure ADD1-11. 64. Sheet 405, Detail C - Door Head, add steel angle and the following note, "L5 x 3-1/2 x 3/8 Steel Angle Lintels, Provide 8 IN Bearing Past Masonry Opening." Refer to Figure ADD 1-3. 65. Sheet 906, Under "Flocculator Drives (6) Schematic": Change relay coil notation from r' "SV" to 71)" and change timing range to 0-60 seconds. Change time delay contact from 'TO" to 'TD". 66. Sheet 906, Under "Sludge Collectors (9) Schematic": Change normally closed "m" contact in series with the red pilot light to normally open. Normally open "m" contact shown below schematic shall be designated as wired to "Influent Flow Control Panel (SCADA)." 6 r i 4 67. Sheet 907, Under "Carbon Slurry Building Motor Control Center One -Line Diagram": The circuit shown routed to Power Roof Ventilator PRV-2 shall be changed to "2#12, #12G, 3/4"." 68. Sheet 909, Under "Lighting Fixture Schedule": Add emergency light fixture as follows Symbol LaW Mounting Description Manufacturer/ n Height Model Number 8'-0" AFF 6 volt emergency Sure-Lites �. light w/fiberglass UMB-I4-TDM enclosed and time delay and 2-PAR 36 �- Lamps, 120V 69. Sheet 910, Under "CCTV Equipment List": Change number for item 8 to "RG-59U rr coaxial cable". For item 3, change video monitor from 13" to 12" and change model number to TC1112. PO 70. Sheet 917, Under "Chemical Building Remote Terminal Unit One -Line Diagram": Add - one (1) 4/C #14 multiconductor cable in the circuit routed to the alum metering pumps. In circuit IC-3 to the carbon slurry metering pumps, there shall be 3-4/C # 14 multiconductor cables in IC-3. W .. ..... . . .. . ...... ..... ..... .. .... . MP-2, 9 I' PVC DISCHARGE:' PVC SUCTION BELOW) 45* WYE (TYP) 1* PVC ..., (TYP) 'At ICH31ATMIU: COLUMN SHALL BE SUPPORTED WITH PVCG 45* CHANNEL SIMILAR TO (TY STRUT TECH WHICH SHALL BE ANCHORED TO FLOOR AND FASTENED TO CALIBRATION COLUMN MATH S.S. PIPE CLAMPS (TYP FOR 3) PULSATION DAMPENER FASTEN TO WALL WITH PVC CHANNEL AND PIPE CLAMP SIMILAR TO DETAIL I SH 214. d CONTAINMENT WALL BELOW - METERING PUMP W/PUMP BASE LADDER .I- BV (TYP) \42,6 I' PVC SUCTION (TYP) CUT:HOLlE FOR I' D PIPE:: AND FLANGE MOUNT TO TOP OF TANK PS—F ANEW5' CONTAINMENT 316 S.S. 402/ ........ WALL BELOW CONNECT TO.;` EXIST 2• ALUM LINE,-` . ........ .. 1"x 2"x 2" TEE INTO EXIST ALUM OR FERRIC SULFATE LINE \-ALUM OR FERRIC SULFATE TO 16' RAPID MIX DISCHARGE CHEMICAL BUILDING - ALUM METERING PUMPS SCALE: Vk" - 1 -0" fm HDR Engineering, kim CITY OF LUBBOCK, TEXAS LUBBOCK WATER TREATMENT GENERAL FACILITIES Date 5/26/92 IFigure ADD1-1 ULTRASONIC LEVEL INDICATOR. LOCATE AS RECOMMENDED BY MFR. CUT HOLE IN TOP OF BIN AS REQUIRED BY EQUIP. SUPPLIED WELD W PLATE OVER EXISTING HOLES IN VENT FILTER. ............. ............ . CENTER OVER ...... ....... ....... ... .......... ...... ......................... ................... EXISTING HOLr j...... i". CUT HOLE TO MEET SIZE REQ'D. BY MFR, OF BIN VENT FILTER :.-Pow i .......... — . .......... `REMOVE SCREW CONVEYOR PLAN CHEMICALFEED EQUIPMENT MODIFICATIONS SCALE: -l16"=l'-O" Fm HDR Engineering, InQ ........... .. ......... v 4N... CITY OF LUBBOCK, TEXAS LUBBOCK WATER TREATMENT GENERAL FACILITIES ! L rja WrAl Date 5/26/92 IFigure ADD1-2 L L 1 1 /2" METAL FURRING CHANNELS STUCCO CEILING ON METAI LATH AND 3/4" METAL FURRING CHANNELS I �._ CASING BEAD VENEER BRICK BEYOND 1/4" —� SEALANT N = t0 L 5x3 1/2x3/8" LLV BEARING 8" EACH SIDE OF OPENING 3/8 / „ EAL 5 3 41/4� 2 ® 12 T�LsPi5EAPI W6,SES -� HOLLOW METAL FRAME SHIM REMOVEABLE TRANSOM PANEL WHERE INDICATED 3 3/8" 8 3 4" SECTION C-DOOR HEAD SCALE. ? 1/'2"=l'-0" Fm HDR Engineering, Inc. CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure CONTRACT 3 ADD 1- 3 i iFM i fmCITY OF LUBBOCK, TEXAS Dote LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure HDR Engineering, Inc. CONTRACT 3 IADDl—,+ �5 32" O.C. I r H ETAL FLASH 1 N U la"Cm u I - 'M GZ��xg7ZA 1Y4 CITY OF LUBBOCK, TEXASDate D LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure HDR Engineering, Inc. CONTRACT 3 ADD 1- 5 r Fill HDR Engineering, Inc. 5-o" CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure CONTRACT 3 lADDl-& ][-DAR HDR Engineering, Inc. ik*e te• �q pay JOJSL 1-- I ALL, CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure CONTRACT 3 IADD1-7 cJ C�tti =I N F 1�r gw Da. HDR Engineering, Inc. CITY OF LUBBOCK, TEXAS Dote LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure CONTRACT 3 IADDl—& DETAIL J - Dad - ?, C HDR Engineering, Inc. i�awEL EA65 Tc MA?GH smr= or- vte=WP A e rA;--' hly of {zEiNP. JIJ WALL *FLoo CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure CONTRACT 3 IADD1 — 9 HDR Engineering, Inc. _44 CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure CONTRACT 3 1ADDl-10 SINGLE PLY MEMBRANE ROOF SLOPE DN BLKG, 8,-1% ?EaM METAL 3/ 4" METAL FURRING CHANNEL 1" STUCCO ON METAL LATH & CASING BEAD 1 1 /2" METAL FURR. CHANNEL I HDR Engineering, Inc. TAPERED RIGID INS. INSULATING CONCRETE /,—JOIST EXTENSION•' OU TRIGGER COUNTER /3/8- 0 BOLTS • SHT. METAL ALUM. FASCIA SHT. METAL ALUM. CLIP SEALANT DETAIL 3-FASCIA SCALE: 1 1 /2"=1'—O" CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure CONTRACT 3 IADD1-ii 1 /4" FIBERGLASS WEIR d NOTE: 1. CUT EXISTING ANCHOR 3/16" FIBERGLASS BOLTS FLUSH WITH WALL. 2. EPDXY 1 /2"X4" ANCHOR BOLTS INTO WALL. O 3 1 /2" DIA. a WASHERF\ ••: • o o , a b• • • p O G ------- --J 0• o 0 1 /2"X4" •4 S.S. ANCHOR . ° BOLTS •p ••• G C SECTION A N TS q 4"X10"X3/16" FIBERGLASS CUT TO FIT V-NOTCH AND �„ — 4„ FASTEN PERMANENTLY TO WEIR ®JOINTS WHEN ADJUSTED. II ------------------- I+ ---------------------- no ©O ©O II II ,. �- 15 CTC 2" S0. HOLE TO ADJUST WEIR MAX. SPACING PLATE W/ .3 1 /2 DIA. 304 S.S. WASHER, 3/16' THICK WEIR PLATE ELEVATION N TS CITY OF LUBBOCK, TEXAS °O{e LUBBOCK WATER TREATMENT PLANT 9/11 /92 GENERAL IMPROVEMENTS Figure HDR Engineering, Inc. CONTRACT 3 IADDI-12 13441-1 01 92I11 SECTION 13441 02 03 CONTROL LOOP DESCRIPTIONS 04 E 05 06 PART 1. - GENERAL r 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Instrumentation control loops. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. �- 17 3. Section 13440 - Instrumentation for Process Control: 18 General Requirements. 19 20 1.02' QUALITY ASSURANCE r. 21 22 23 A. See Section 13440. 24 25 1.03 SYSTEM DESCRIPTION 26 �. 27 A. Functional descriptions contained are for informational 28 purposes intended to supplement and complement 29 instrumentation control schematics and other details when 30 included in drawings and specifications. Provide 31 instrumentation hardware and software as necessary to perform 32 control functions specified herein and shown on drawings. 33 Ensure coordination of instrumentation manufacturer with ►- 34 other work to ensure that necessary wiring, conduits, 35 contacts, relays, converters, and incidentals are provided in 36 order to transmit, receive, and control necessary signals to r. 37 other control elements, to control panels, and to receiving 38 stations. s . 39 40 B. The instrument device schedule is not intended to be an r' 41 inclusive listing of all elements and appurtenances required 42 to execute loop functions and shall not be considered equal 43 to a bill of materials. •- 44 45 1.04 SUBMITTALS ' 46 47 A. See Section 13440. E 48 49 B. Secure from instrumentation manufacturer and include with 50 submittals control loop descriptions for each loop in system. r' 51 Ensure that tag numbers cross reference with loop diagrams 52 and tag numbers shown on instrument specification forms. 53 Describe each element and include appropriate tag number in f City of Lubbock, Municipal Water Treatment - Contract 3 r- 01 02 03 04 05 06 07 .08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13441-2 O1 parenthesis. When additional elements are necessary, use and 02 assign tag number not in conflict with others and in r., 03 accordance with ISA procedures. 04 05 C. Operation and Maintenance Manuals: 06 1. See Section 01340. 07 08 09 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 10 11 d. 12. PART 3 - EXECUTION 13 14 3.01 CONTROL LOOPS 15 16 A. Principal components of the metering and control systems 17 are indicated on the P&ID's and on the Instrument Device 1 18 Schedule. 19 r. 20 END OF SECTION P0 r City of Lubbock, Municipal Water Treatment - Contract 3 r- 01 . 02 03 04 05 06 O7 08 09 10 11 12 13 14 15 16 17 18 19 20 Office of Purchasing City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 B06-767-2167 MAILED TO VENDOR: September 22, 1992 CLOSE: October 1, 1992 @ 2:00 P.M. BID #12040 - WATER TREATMENT PLANT IMPROVEMENTS GENERAL FACILITIES - CONTRACT 3 ADDENDUM # 2 PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS: 1. Please find enclosed additional changes/clarifications and drawings which will become part of the contract documents for this project. Z T AN16V , Nil *yld, BUYER PLEASE RETURN ONE COPY WITH YOUR BID i CONTRACT 3 ADDENDUM NO.2 r• SECTIONS. - PM 1. Section 07534-3, Line 8: Change "Expanded polystyrene -wood fiber composite board with approved facers:' to "Isocyanurate with approved faces". 2. Section 07534-3, Line 12, Item 3: Change to "3. Thickness: As noted on Drawings". 3. Section 11081-2, Line 49, Change "2. Lawson" to "2. Lamson". 4. Section 11081-4, Line 10, Delete "AISI Type 416 stainless". 5. Section 11081-4, Line 28, Delete item 6. 6. Section 11081-4, Line 32, Add to item 7. following 'blower shaft","if carbon ring seals are used". 7. Section 11081-5, Line 53, Delete "and motor" from line. 8. Section 11081-6, Line 8, Add the following "Provide surge protection which shall protect blower from surge by stopping blower entering surge and annunciate on blower control panel". 9. Section 11081-9, Line 481, Delete items, -tie-rod requirement. 10. Section 11090-2, Line 30, Change "25" to 020". 11. Section 11090-2, Line 46, Change "Meyer rack and pinion dust tight slide gate No. 253-F-5" to "W&T No. 371.102". 12. Section 11221-2, Paragraph 1.05: Add "D. Carbon Concentration: 1 LB carbon 1 GAL water". 13. Section 11920-4, Line 03, Change "Series 32-050" to "Series 32-055". 14. Section 11923, Add to specifications (missing in some sets), refer to attached. '-• 15. Section 13447, Add Section to specification. 16. Section 13510-2, Line 13, Item A: Add "Existing clarifier mechanisms were �- manufactured by Dorr-Oliver, Model Dorrco Squarex Type 52-8". 17. Section 13510-2, Line 17, Item A: Add "Existing clarifier mechanisms were n 1 r �. manufactured by CBI -Walker Process and are similar to the Dorr-Oliver". ` 18. Section 13510-2, Line 20, Scope: Add "4. Six (6) flocculator basins dimensions, 45.5 r, FT-H, 100 FT-W, 13 FT-D. Flocculator mechanisms are to be manufactured by EIMCO, Model Type Flocsillator". 7 19. Section 15103-3, Delete lines 39 through 45. 20. Section 15114-3, Line 31, Add "2) Rodney Hunt". r- 21. Section 15114-3, Line 07, Add "Packing may also be square ring compression type placed in a stuffing box utilizing an adjustable bronze gland". 22. Section 15114-3, Line 09, Add 'The valve assembly shall be furnished with a two way thrust bearing designed to hold the vane centered in the valve seat". 23. Section 15114-4, Line 3, Add "Stub type shafting shall extend into vane for a minimum distance of 1 1/2 shaft diameters". 24. Section 16120-2, Line 13: Add "3. Concentric -lay, uncoated copper conductor, strand Class B". 25. Section 16120-2, Line 23: Add "3. Solid, uncoated copper". 26. Section 16120-2, Line 35: Add "3. 7 or 19 strands, concentric -lay, uncoated copper, not less than 15 mils average PVC insulation thickness". SHEETS. 27. Sheet 104, Blower Building Plan, Change reference "9/405" at fiberglass grating to "Similar to 12/402". 28. Sheet 201, Carbon Slurry Tank Lower Plan Carbon Slurry Piping: Add note, "Provide flanged coupling adaptors with thrust restraints at the discharge of carbon slurry pumps". 29. Sheet 205, Add Figure ADD2-8 to sheet. r- 30. Sheet 205, Add note "4. Remove concrete basin floor in Area 1 and Area 2, excavate sub -base material beneath slab to a depth of approximately 4 FT and remove all unsuitable material. Replace base material with a low PI (<6) soil compacted to 95% of standard proctor density in 6 IN lifts or replace with lean concrete (2500 psi)". r 2 r �• 31. Sheet 205, Add note "5. Install floor pressure relief valves in basins per detail r ADD2-9". 32. Sheet 207, Note 8: Add "Apply waterproofing compound to all interior concrete inside clearwell". 33. Sheet 216, Flocculation Basin 1: Delete walkway layout shown, see Figure ADD2- 5 for revised walkway layout. 34. Sheet 216, Drive Foundation: Change "2 FT - 3-1/4 IN ±" dimension to "9 IN ± ". 35. Sheet 216, Pillor Block Support: Change "H=2 FT - 11 IN - 3 FT - 11 IN" dimension to "9 IN". - 36. Sheet 216, Section A: Delete layout shown. 37. Sheet 217, Flocculation Basin 4: Revise walkway layout per Figure ADD2-5. 38. Sheet 217, Walkway & Beam Section B: Revise section per Figure ADD2-3. 39. Sheet 217, Column Base Plan: Revise plan per Figure ADD2-2. 40. Sheet 217, Section A: Revise section per Figure ADD2-1. 41. - Sheet 217, Add Figure ADD2-4 to this sheet. 42. Sheet 301, Add note "Remove existing steel hand rails around sedimentation basins and filters prior to installation of new 4 FT aluminum chainlink fence". 43. Sheet 303, Add Figure ADD2-6 to sheet. Regrade area west of Basins and Blower Building to grades shown prior to pavement construction. 44. Sheet 306, Add note "Taps shown to existing waterlines will be performed by the City". 45. Sheet 306, Change "Proposed 4" Waterline" note at Chlorine Contact Basin driveway to "Existing 4" Waterline". 46. Sheet 307, Add Figure ADD2-10 to this sheet. 47. Sheet 308, Station 3-155: Route 3 IN potassium permanganate line through the meter valve manhole/conveyor pit. See Figure ADD2-7. 48. Sheet 407, Potassium Permangeate Chemical Schematic: Increase line size to 3 r IN prior to ball check valve. Change "1 BCV" to "3 IN ball check valve". Route 3 IN potassium permanganate solution line north through the meter valve manhole/conveyor pit. �. 3 I 49. Sheet 407, Potassium Permanganate Schematic, add "Note: 1-1/4 x 1-1/4 x 4 Series 110, 5Hp pump on eductor inlet water supply". FIGURES. 50. Figure ADD1-12, Change "7 IN V-notch weir spacing to "6 IN'. Change requirement of "304 SS" to "316 SS" at anchorage. 4 N r CONTRACT3 ADDENDUM NO. 2 SECTIONS: 1. Section 15060-6, Article G, Paragraph 3, Change from "3. Provide bearing area of concrete in accordance with drawing details." to "I Provide sufficient bearing area of concrete in accordance with standard practice." 2. Section 07177, New specification added titled Traffic Coating. 3. Proposal quantities for Items B, D, E, H and I have been verified. If additional questions persist, Mr. Mike Cartwright will be glad to discuss it with them at the Lubbock Water Treatment Plant. SHEETS: 4. Sheet 205, Keynote 1 applies to product specified in Section 07175. Apply product at 150 SF/gallon. 5. Sheet 205, Keynote 2 applies to products specified in Section 03360, System #2. 6. Sheet 205, Keynote 3 applies to products specified in Section 03360, System #1. 7. Sheet 205, Add following note near outside wall, pointing to detail bubble 1/206: "Excavate to footing to expose joint (typical)." 8. Sheet 205, Add following note to right side of Section: "Approximate existing grade Elevation 3254+/-." 9. Sheet 206, Keynote 1 applies to products specified in Section 03360, System #3. 10. Sheet 206, Keynote 2 applies to products specified in Section 03360, System #2. See Figure ADD 2-11. 11. Sheet 206, Keynote 3 applies to products specified in Section 03360, System #3. 12. Sheet 206, Keynote 4 applies to products specified in Section 03360, System #2. See Figure ADD 2-11. 13. Sheet 206, Keynote 5 applies to products specified in Section 03360, System #3. 5 14. Sheet 206, Keynote 6 applies to products specified in Section 03360, System #1. 15. Sheet 206, Revise Section C, reference bubble 5 to point to top of slab. 16. Sheet 206, Revise Detail 2, Wet Both Sides, to show injection on both sides of waterstop. 17. Sheet 206, In section C, add a bubble note 7 pointing to wall between Secondary Rapid Mix and Dry Well. Add Keynote 7 to read: "7. Reseal 12" dia. pipe penetrations per detail 3/206. 3 penetrations per rapid mix basis for a total of 12." 18. Sheet 207, Keynote 1 applies to products specified in Section 07175. 19. Sheet 207, Keynote 2 applies to products specified in Section 03360, System #2. ,- 20. Sheet 207, Keynote 3 applies to products specified in Section 03360, System #4. 21. Sheet 207, Keynote 4 applies to products specified in Section 03360, System #1. 22. Sheet 207, Keynote 5 applies to products specified in Section 03360, System #3. • . 23. Sheet 207, Keynote 6 applies to products specified in Section 03360, System #3. 24. Sheet 207, Keynote 7 applies to products specified in Section 03360, System #2. r 25. Sheet 207, Keynote 8 applies to products specified in Section 07175. 26. Sheet 207, On Plan view of Clearwell in lower right hand corner, delete bubble 2 pointing to inside wall. 27. Sheet 208, Keynote 1 applies to products specified in Section 07177, (Traffic Coating) attached to this addendum. 28. Sheet 208, Keynote 2 applies to products specified in Section 03360, System 3. Prep- 03 shall be used but loose material shall be removed by chipping and air blasting. 29. Sheet 208, Keynote 3 same as above. 30. Sheet 208, Keynote 4 same as above. 31. Sheet 208, Keynote 5 name as above. R �a 32. Sheet 208, Keynote 6 applies to products specified in Section 03360, System #3. 33. Sheet 208, Keynote 7 applies to products specified in Section 03360, System #3. 1/8 inch or less. 34. Sheet 208, Keynote 8 applies to products specified in Section 07175. 35. Sheet 208, Keynote 9 applies to products specified in Section 03360, System #3. 1/8 r' Ep inch or less. 5 36. Sheet 208, Keynote 10 same as above. r !' 37. Sheet 208, Keynote 11 same as above. r 38. Sheet 208, Keynote 12 applies to products specified in Section 03360, System #3. 39. Sheet 209, Add - Note: "Slope of sludge line to be determined in the field by the Engineer. " 40. Sheet 210, Change pipe designation from C.I. to D.I. r 41. Sheet 210, Clean out detail: Change run of Y Branch to 8" with 8" Tile Stopper. r .. 42. Sheet 211, Keynote 1 applies to products specified in Section 07177, (Traffic Coating) attached to this addendum. 43. Sheet 211, Keynote 2 applies to products specified in Section 03360, System #2. Add to note: "RESEAL LENGTH OF WALKWAY. 22 LF EACH FOR A TOTAL OF 44 r- LINEAR FEET". i 44. Sheet 212, Detail 3 applies to products specified in Section 03360, System #2. r- . 45. Sheet 212, Keynote 1 applies to products specified in Section 03360, System 3. Prep- 03 shall be used but loose material shall be removed by chipping and air blasting. r 46. Sheet 212, Keynote 2 same as above. r 47. Sheet 212, Keynote 3 same as above. 48. Sheet 212, Keynote 4 same as above. 4. . 49. Sheet 212, Keynote 5 applies to products specified in Section 03360, System #3. r- f h r 7 50. Sheet 212, Keynote 6 applies to products specified in Section 03360, System #3. 1/8 inch or less. 4 51. Sheet 212, Keynote 7 applies to products specified in Section 07175. �- 52. Sheet 303, Pavement reconstruction of access drive north of Laboratory. See Figure ADD 2-12. 53. Sheet 303, Add additional new pavement by Rapid Mix Pumping Building. See Figure ADD 2-13. 54. Sheet 303, Extent of concrete replacement along removed railroad is shown on Figure ADD 2-13. 7 55. Sheet 303, Pavement reconstruction represents the construction of new pavement where the previous pavement existed. r- 56. Sheet 303, Add "Tie To Existing Pavement" typical detail, Figure ADD 2-14. 57. Sheet 304, Additional pavement reconstruction is required south of the Laboratory Building. See Figure ADD 2-15. 58. Sheet 304, Pavement reconstruction represents the construction of new pavement j where the previous pavement existed. �. 59. Sheet 304, Add "Tie To Existing Pavement" typical detail, Figure ADD 2-14. �a 60. Sheet 305, Modifications are required to sprinkler system and landscape plan north PM of Laboratory Building. See Figure ADD 2-16. 61. Sheet 306, Delete "Note: REPLACE DAMAGED TURF IN THIS AREA WITH �- TEX TURF SOD." Replace with "Note: ALL AREAS WITH NEW SPRINKLERS TO BE TEX TURF SOD, SYMBOL TF. 62. Sheet 306, Modifications are required to sprinkler system and landscape plan north of Laboratory Building. See Figure ADD 2-17. r 63. Sheet 307, Revise "PROPOSED 8-26 RUNWAY EXTENSION" to read "FUTURE RUNWAY EXTENSION (NOT IN THIS CONTRACT)". r64. Sheet 308, The Air Relief Valve at Station 4+60 requires a 3 inch valve. 65. 'Sheet 308, Install a 16 inch Valve and Box at Station 6+50. r i PM 7 66. Sheet 309, Install a 16 inch Valve and Box at Station 33+00. 67. Sheet 310, Install a 16 inch Valve and Box at Station 56+00. ~ 4 68. Sheet 311, Install a 16 inch Valve and Box at Station 67+00. 69. Sheet 312, Add - NOTE: SPLASH PAD BY OTHERS - NOT IN THIS CONTRACT. I 70. Sheet 312, Install a 3 inch Air Relief Valve at Station 68+87. 71. Sheet 312, Aluminum chain barrier and mounting detail is shown on Figure ADD 2- 18. 72. Sheet 312, Change the references to aluminum pipe in the 4' ALUMINUM CHAIN - LINK GUARDRAIL DETAILS to 2" size. 73. Sheet 312, Add note 4. to the 4' ALUMINUM CHAIN -LINK GUARDRAIL DETAILS as follows: "4. Use line post separation distances of 5 feet." r r- .- 9 r• i 07175-1 01 92I18 SECTION 07175 01 02 02 r. 03 LIQUID WATER PROFFING COMPOUND 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY - 08 09 09 10 A. Section Includes: 10 11 1. Masonry liquid water repellant. 11 ° 12 12 r, 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 15 Conditions of the Contract. 15 16 2. Division 1 - General Requirements. 16 17 3. Division 3 - Concrete. 17 18 18 19 1.02 QUALITY ASSURANCE 19 ' 20 21 A. Applicator: 20 21 22 1. Product shall be applied manufacturer licensed 22 23 applicator. 23 24 24 25 1.03 SUBMITTALS 25 26 26 PM 27 A. Shop Drawings: 27 28 1. See Section 01340. 28 29 2. Product technical data including: 29 r, 30 a. Acknowledgement that products submitted meet 30 31 requirements of standards referenced. 31 32 b. Manufacturer's installation instructions. 32 33 3. Warranty. 33 r" 34 34 35 1.04 WARRANTY 35 36 36 r. 37 A. Provide manufacturer's standard 10-year performance warranty. 37 i. 38 38 _. 39 39 40 PART 2 - PRODUCTS 40 41 41 42 2.01 ACCEPTABLE MANUFACTURERS 42 43 43 *� 44 A. Subject to compliance with the Contract Documents, the 44 45 following Manufacturers are acceptable: 45 46 1. Liquid waterproofing: 46 r. 47 a. CreteGard Corp. (HYDRO-GARD Super) 47 48 b. Or approved equal. 48 49 49 50 B. Submit requests for substitution with information 50 51 indicating product equivalence. 51 52 52 53 2.02 MATERIALS 53 r i City of Lubbock, Municipal Water Treatment - Contract 3 PM 07175-2 r' O1 02 A. Liquid Waterproofing Compound: Chrystalline Producing 03 Waterproofing. 04 1. EPA approved for potable water. 05 06 07 PART 3 - EXECUTION 08 09 3.01 PREPARATION 10 11 A. Protect adjacent surfaces not intended to be covered. 12 13 B. Clean surfaces to be covered in accordance with 14 manufacturer's recommendations. 15 16 C. Make all repairs at least 48 HRS prior to application. 11 18 D. Pre -dampen concrete surfaces older than 1 days prior to 19 application. 20 21 3.02 INSTALLATION AND APPLICATION 22 23 A. Install products in accordance with manufacturer's 24 instructions. 25 26 B. Apply one coat by airless spray over pre -dampened r 27 saturated concrete surface. Apply at a rate of 200 SF/GAL/ 28 coat. 29 30 3.03 Schedule 31 l 32 A. Structures to receive waterproffing: 33 1. Rapid Mix. r 34 2. Sedimentation Basins. 35 3. Filters. 36 4. PAC Basin. ,. 37 5. 2.5 MG Clearwell. 38 39 40 r' 41 END OF SECTION i" i City of Lubbock, Municipal Water Treatment - Contract 3 r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 poll 7 r- 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 07177-1 SECTION 07177 TRAFFIC COATING PART 1 GENERAL 1.1 SUMMARY A. Section Includes:. 1. Skid -resistant waterproofing -membrane. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements . 3. Division 3 - Concrete. 1.2 QUALITY ASSURANCE A. Qualifications: Work shall be installed by Manufacturer approved Applicator. 1.3 SUBMITTALS A. Shop Drawings 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Warranty. 1.4 WARRANTY A. Provide manufacturer's standard 10-year performance warranty. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: I. Liquid water repellant: a. Multi -Chemical Products, Inc. (Multi -Thane). b. Tremco (TBS-950). c. The Harry S. Peterson Company, Inc. (System 750). City of Lubbock, Municipal Water Treatment - Contract 3 r: 07177-2 1 B. Submit requests for substitution in accordance with Specification 2 Section 01640. ! 3 4 2.2 MATERIALS 5 6 A. Primer: 2-component, epoxy-polyamide, clear sealer. 7 �. 8 B. Base Coat: Single component, liquid applied, polyurethane. I 9 10 C. Bonding Coat: Single component, liquid applied, polyurethane. 11 r 12 D. Aggregate: No. 2 Monterey Sand. a 13 14 E. Top Coat: Single component, liquid applied, polyurethane. 15 16 17 PART 3 EXECUTION 18 19 3.1 PREPARATION 20 21 A. Protect adjacent surfaces not intended to be covered. 22 23 B. Clean surfaces to be covered in accordance with manufacturer's 24 recommendations. 25 26 C. Make all concrete repairs at least 48 NRS prior to application. 27 28 3.2 INSTALLATION AND APPLICATION r 29 30 A. Install products in strict accordance with manufacturer's 31 instructions. 32 33 34 END OF SECTION j f t. �- City of Lubbock, Municipal Water Treatment - Contract 3 r" 13447-1 P 01 92I04 SECTION 13447 01 ` 02 02 03 REMOTE TERMINAL UNITS (RTU) 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 !, 08 1.01 SUMMARY 08 09 09 10 A. General: 10 11 1. Furnish all labor, materials, tools, equipment, and 11 12 services for Remote Terminal Units (RTU) as indicated, 12 13 in accord with provisions of Contract Documents. 13 r" 14 2. Completely coordinate with work of all other trades. 14 15 3. Although such work is not specifically indicated, 15 16 furnish and install all supplementary or miscellaneous 16 r 17 items, appurtenances and devices incidental to or 17 18 necessary for a sound, secure and complete 18 ` 19 installation. 19 ' r, 20 4. See Division l for General Requirements. 20 21 21 ° 22 B. Items required within the Project include but are not 22 23 necessarily limited to the following: 23 r" 24 1. One QEI, Inc., Model QUICS 4150 for installation in the 24 �. 25 Influent Flow Control Panel as indicated on the 25 26 Drawings. 26 rr 27 27 I - 28 1.02 QUALITY ASSURANCE 28 29 29 30 A. See Section 13440. 30 31 31 32 1.03 SUBMITTALS 32 33 33 r 34 A. Shop Drawings: 34 35 1. See Section 01340. 35 36 2. See Section 13440. 36 ,.. 37 37 E 38 1.04 HANDLING, DELIVERY, STORAGE 38 t 39 39 40 A. Deliver materials to project and provide security and 40 41 environmental protection until installation and 41 42 acceptance. 42 43 43 r- 44 PART 2 - PRODUCTS 44 45 45 ` 46 2.01 ACCEPTABLE MANUFACTURERS 46 r 47 47 j 48 A. QEI, Inc. 48 ' 49 49 50 B: NO SUBSTITUTIONS. 50 51 51 52 52 53 PART 3 - EXECUTION 53 r» ' City of Lubbock, Municipal Water Treatment - Contract 3 13447-2 01 02 3.01 INSTALLATION 03 04 A. Install RTU'S as shown on Drawings in accordance with 05 manufacturer's written instruction. 06 07 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 11923-1 r t r a�. 01 92E15 SECTION 11923 02 03 CHEMICAL FEED EQUIPMENT: ALUM FEED SYSTEM 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Chemical feed equipment: Alum feed system. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 1 - General Requirements. 15 2. Section 13441 - Control Loop Descriptions. 16 3. Section 15060 - Pipe and Pipe Fittings: General 17 Requirements. 18 19 1.02 QUALITY ASSURANCE 20 21 A. Reference Standards: 22 1. Factory Mutual (FM). 23 2. National Electric Code (NEC). 24 3. National Electrical Manufacturers Association (NEMA). 25 4. Underwriters Laboratories, Inc.(UL). 26 27 B. Secure and coordinate entire system including but not 28 necessarily limited to metering pumps, electric equipment, 29 controls, hardware, valving, and piping through the metering 30 pump manufacturer. 31 32 1.03 SUBMITTALS 33 34 A. Shop Drawings: 35 1. See Section 11005. 36 37 B. Submit manufacturer's installation instructions and 38 operation and maintenance manual. 39 40 41 PART 2 - PRODUCTS 42 43 2.01 ACCEPTABLE MANUFACTURERS 44 45 A. Subject to compliance with these specifications, the 46 following manufacturers are acceptable: 47 1. Metering Pumps. 48 a. Pulsafeeder. 49 b. Milton Roy. 50 c. Or approved equal. 51 52 2.02 METERING PUMPS 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 11923-2 r- r r F 01 A. 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Z8 : B. 29: 30 31 32 33 34 C. 35 36 37 38 39 40 D. 41 42 43 44 45 46 E. 47 48 49 F. 50 51 52 53 G. Provide (3) metering pumps (AMP-1, AMP-2, AMP-3) to be installed as indicated on the Drawings. Each pump shall be of the positive displacement type, using hydraulic plunger - activated diaphragm. A pump shall not have more than one head. Each pump shall have automatic control of the stroke rate based on a 4-2OmA OC signal for open or closed loop control. The control shall be provided by SCR variable speed drive motor controllers. Manual override shall be provided. Stroke length adjustment shall be manual. Capacity control range, percent Metering range, gph Minimum drive motor, hp Nominal maximum stroke rate, spm Accuracy, percent -of scale over metering range Nominal discharge pressure, psig Pumping heads Pumping diaphragms Ball, seat, check, guide 0-100 0-60 1/2 -- 117 1 5 MIN/15 MAX 316 Stainless Steel Flat PTFE 316 Stainless Steel Motor horsepower for each pump shall be based on the above requirements and on the discharge backpressure required by the pump furnished. Motors shall be not less than the indicated horsepower and shall be rated 120 volts, 1 phase, 60 Hz. Each metering pump assembly shall be provided with PVC suction lines, PVC discharge lines, and PVC valves as indicated on the Drawings. All pump accessories shall be fully resistant to pumped solution. All PVC piping shall be Schedule 80. Provide pressure relief valve metering pump, (3) required. directly back to alum storage indicate flow, materials must solution. in discharge line of each Pipe pressure relief valve tank with a sight glass to be fully resistant to pumped Provide back pressure valves, (3) required, in the discharge lines of each pump. The back pressure valve must be externally adjustable to allow different pressure settings to ensure accurate metering. The valve shall have the capability of being set at a maximum of 55 psig. Install unions near the pump suction and discharge valves to facilitate removal of pump heads for routine maintenance. Provide a calibration chambers on each suction line, (3) required. Calibration chamber shall be 4 liter capacity, graduated in milliliters, and constructed of PVC. Provide a mounting stand for chemical solution pumps and City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11923-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 drives. Stand to be arc welded steel throughout and constructed of minimum 14GA steel and coated with a coating resistant to alum, see Section 09905. N. Provide (1) pulsation dampener on the common discharge line as indicated on the Drawings. Dampener shall be constructed of 316 stainless steel housing and equipped with a stainless steel pressure gauge, glycerine -filled. Pulsation dampeners shall be sized to ensure that the pressure in the pipe remains within the range of three percent above or below the mean operating pressure. Pulsation dampener gas volume shall not be less than 110 cubic inches. PART 3 - EXECUTION 3.01 INSTALLATION A. Metering pumps shall be furnished and installed and assembled with all necessary piping and valving as indicated on Drawings. B. Factory representative shall be on site after installation for 4 hours to provide instruction to the Owner and Engineer in proper start-up and operation and maintenance. The system shall be demonstrated to perform per Contract Documents. C. The manufacturer shall submit a letter of certification that equipment has been installed properly and is operating properly. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 r- d 4#94OLuMN iRalAir 6*�8T e __�''� t�It�IMuM EMBEDMEtZT' .0 6 BARS EP0XY 2E 56. R w o EXIST 5L1LE2, N FLO-- 7-1 . x : 3/4 _ r O a HDR Engineering, Inc. BA5W FLOEf2 ►�orE: Dtrntiot..isH EXis-r: to''* X Zo. t X 60„� Ft,o ccu t.a-n, >� su t�'P'o Rom- cot-u n►t� 5 B-EL-OW FIA4. FL. 41tovT FLooiz SIA00714 . U s E Soul Dr M6 A,(,EN-r CITY OF LUBBOCK, TEXAS I Dote LUBBOCK WATER TREATMENT PLANT 9 17/92 GENERAL IMPROVEMENTS Figure CONTRACT 3 IADDZ- I 0 N 0 N 60Lu M M 5al. 4 Im HDR Engineering, Inc. 3/a7G�yAMr.Er�Qv�b yDuG> 1/ 1 1 P) 8 EA Sl DE TIES@ ry'�4•C, EA SIbE C.OL.0 M N cof-UMn1 F'Asi5 .DCA-rE COLUMAS >EL.Ow Plu.ow ,3�-a cK IlJC,s SCE kbDZ-5. CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 9 17/92 GENERAL IMPROVEMENTS Fegure CONTRACT 3 IADD?--Z CLeu, 3Z�O1.32@ I,Z� 3254.-?qa 415� 314 Cj4AMFEK Nb,I-Kkl&Y 4 BEAM SE�TtQ�I F� 5G'. N is = I Ou HDR Engineering, Inc. of asA'K CITY OF LUBBOCK, TEXAS DOle LUBBOCK WATER TREATMENT PLANT 19/17/92- GENERAL IMPROVEMENTS Figure CONTRACT 3 lADDZ-3 z cc Z bl —Z*--------Z------:: am MT ..... . ............ ............ .. ........ ...... CITY OF LUBBOCK, TEXAS Data LUBBOCK WATER TREATMENT PLANT 1911-rlg?- GENERAL IMPROVEMENTS r.9-f HDR Engineering, Inc. CONTRACT 3 1ADD2— 5 BASttiI VdALL 5EL.TTl0h1 S Fm HDR Engineering, Inc. % , CWAMFEK CTYP) CITY OF LUBBOCK, TEXAS Dote LUBBOCK WATER TREATMENT PLANT 9111192. GENERAL IMPROVEMENTS `g"" CONTRACT 3 IADDZ-+ m_ O z rnCcu� CO >Moo r� r w_ D >C a) orno< � 7C zD Cf) z r�- z i 2 %0 g I � N n•ice-�� •w� �. .. - ._ .. - - _ _ _ - .. _ _ _ - ..� �• _.r �I� �� �. �� �� ! AA �! f • "` { f D:.IY f'� 7.:.i�:� `:.�-—`JUtGcpf. -. IL i at 13LokI�K _WASTE W&TER _ I ! �LDU• / STORAGE PUMP BUILDING �•' f " .fit f+0.1 sbi h. NimZIN A INC03 .. �� _ .. fi 0 e rj 11 -ui �f to 7 o- M Z�> n 1131YA 1Ndld CITY OF LUBBOCK, TEXAS - Date GENERAL IMPROVEMENTS F LUBBOCK WATER TREATMENT PLANT 9 17/92 �« HDR Engineering, Inc. CONTRACT 3 AD 7 :{ a; 111 �1111111 .J 11 0 rr-.- r- I 1 11 rr.r:.�avr��rJv'- ..... Ju . - s �.asp+v aswaa a:rJ���-s++� r: r�.�s ..+.•J's Win-_ � � Y --.,-�-aa- � �,rllor r.elion.sl+ea ,1 w•�.{. •�• 1 I 1 1� 7 , � ,L Il . 11 10 ku 1 II ►� ti4 .Q ti � � ► 'Q Q h •'; I 11 1 1, ,, � O N 1•f-• II N ' dton 1 + , .w.e ..o• ��....• ........-�-.....���...-� X �..--.--...r .._-...+.���...L.r-. . yay no.w♦rwsAjll • ,.... .....rl-- I+ 1 V 1 �; •, � s 1 a 4 •S r ,1 t1--�- 7� O!� i i L13 1 D 1 L'If • 1 1 ,I 1 �� !i pii •3• ;1 I � N N Q�N tVl i i N +sv: w'os ,I.tjvnl U d i � � J• _�� it 11 ° •1 { • � 1 i •pis -. { 0 �{ '•� 1 71 a•+1 ` � � • ua 1 i� i-----------------------------1 f = •---------------------------= ===--------= 1J-==-=� 1 47 \\ N � � � I •{was •�• 1 r.••+a .• 00 Noll a V 4� ci Qf• 1:1 Q J CL L Cl) :C() X Q W vs m O W u M .< CL _�� CIO U- U Q U Dom Q m _�:MzW p UJ0 U s Q .c m .cm U5 2 CL-okl F-(497- FLQoR 7Y?E VAL-v vE'l<-rtcAL- PoerT,otJ z"�2oc,rTovPrNU 2=oV �,a D e d 5A 9> b/1PS 40APs-f A6GQEC ATE A-STM c.33 SIZE 57 NOTE: 195TAL.L, F'LooR vALVES il4 b %Q'S1N'S ("36 VAI-VES TMAL^) IZEMoVC 4 REPL_ACrC 6 " C.ol4C ea�7z- FLook-' A il D 4 IZoUT' ToPPipJ6. RCPt.Ae-E *-4 @ 9 ,C'ElNFoRC W6 PR,oe To COf4CiKE-rE PLACxMFM7. vSG 6o4r-ps 7' 5oM,>11.16 A4547% CITY OF LUBBOCK, TEXAS Dote LUBBOCK WATER TREATMENT PLANT 9/17/92 GENERAL IMPROVEMENTS Figure HDR Engineering, Inc. CONTRACT 3 AM-9 - r r 4 I , . 61111i HDR Engineering, Inc. 3"CARBoM wau PREcAsr M. YAt_vE -L VAL-VE l+i.lG Gi-(EGK P.114L - cNE'Cj T-APPED cRos! r p r - F r rNq 7LCC VC -�f T-%.w c+ USE 5011- CsmZ'mT C'OR 5AC k PILL TAP AT EL.. 3261.tof CITY OF LUBBOCK, TEXAS °°`° LUBBOCK WATER TREATMENT PLANT 9118192 GENERAL- IMPROVEMENTS Fqur` CONTRACT 3 IADDZ-10 r RESEAL PENETR) AS PER DETAIL i PACK W PATCHII MORTAR PRIMAR` FLOCCUI BASIN 1 /4" PLATE MATCH I.D. OF SLEEVE WELD CONT TO SLEEVE DRY WELL CITY OF LUBBOCK, TEXAS Data LUBBOCK WATER TREATMENT PLAN' 1 9-1 8-92 GENERAL IMPROVEMENTS Fliguro CONTRACT 3 IADD2-11 ® PAVEMENT RECONSTRUCTION CITY OF LUBBOCK, TEXAS LUBBOCK WATER TREATMENT PLANT GENERAL IMPROVEMENTS CONTRACT 3 Date 9-18-92 Figure ADD2-12 CHLORINE — FEEO ROOM z O Q z N J 05 D Q O U m z O J li RAPID MIX PUMPING BUILDING NEW PAVE ENT 3253.1 REPLACE REMOVED RAILROAD TRACKS WITH CONCRETE (SAME THICKNESS) AS EXISTING CONCRETE) CHEMICAL x BUILDING s LEGEND NEW PAVEMENT a w o Q �ir O Q v~i 0 Q o zm o �,/ Qu- PAVEMENT RECONSTRUCTION ................................... .................................... ................................... .................................... ................................... NEW PAVEMENT CITY OF LUBBOCK, TEXAS °ate LUBBOCK WATER TREATMENT PLANT 1 9-18--92 GENERAL IMPROVEMENTS F%m CONTRACT 3 IADD2-13 s r TACK COAT EXISTING PAVIN 3" EXISTING BASE 1 1/2 ps HOT MIX ASPHALTIC CONCRETE PRIME & TACK COAT 6" FLEXIBLE BASE TIE TO EXISTING PAVEMENT TYPICAL DETAIL �Z CITY OF LUBBOCK, TEXAS Dots LUBBOCK WATER TREATMENT PLANT 9-18- 92 GENERAL IMPROVEMENTS N°'s CONTRACT 3 IADD2-14 * r/A I CLEAR PAVEMENT TO BE INSTALLED AFTER LEAK IN CLEAR WELL IS REPAIRED x x Xv- EXISTING '-...-._......_k --'` METER VAULT PAVED PARKING _.................... . X X X X X ® PAVEMENT RECONSTRUCTION zzd 0 40 80 SCALE IN FEET ZaAX CITY OF LUBBOCK, TEXAS s is-s2 mlLUBBOCK WATER TREATMENT PLANT GENERAL IMPROVEMENTS"�~ CONTRACT .'i IADD2-15 r TORO 570 STANDARD NOZZLES 0 270' G 180' O 120' Z O 100' O 90' �-Avr SPECIAL SERIES SPRINKLERS 0 20 40 1 1 - =::d e 4-SST E] 4-SST �Z SCALE IN FEET CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 19/18/92 GENERAL IMPROVEMENTS Figure CONTRACT 3 IADD2-16 4" BACKFLOW PREVENTER N 4" EXISTING z 6" WATERLINE a m U Z O U � Z m SEDIMENTATION BASIN NO.4 a 4" G.V. & BOX U' 1 1 /2" 1 1 /2" 1" 1" 6" P W kk 2" 2 2 2" 2" 2" 2" 2" 2" 2" N p LP 2" 1 1 2" A 1 1 2" 04 1 1 2" TORO 300 SERIES STREAM ROTOR 0 20 40 ® 270' G 1800 O 120' Z O 1006 090' SCALE IN FEET CITY OF LUBBOCK, TEXAS Data LUBBOCK WATER TREATMENT PLANT 9/18/92 i GENERAL IMPROVEMENTS F%um CONTRACT 3 ADD2--17 I "'IR a -11 ALUMINUM I --TOP CAPS CHAIN SNAP - MUST FIT INTO I -TOP CAP ALUMINUM CHAIN 13 LINKS PER FOOT ® 3/16" WIRE ALUMINUM CHAIN BARRIER CITY OF LUBBOCK, TEXAS Date LUBBOCK WATER TREATMENT PLANT 1 9-18-92 GENERAL IMPROVEMENTS F'°°n CONTRACT 3 ADD2-18 I CITY OF LUBBOCK SPECIFICATIONS for TITLE: CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS GENERAL FACILITIES CONTRACT 3 ADDRESS: 6001 N. GUAVA BID NUMBER: 12040 PROJECT NUMBER: 2123-541101-9640 CONTRACT PREPARED BY: Purchasing Department -1- (THIS PAGE LEFT BLANK INTENTIONALLY) 1. INDEX PAGE 1. NOTICE TO BIDDERS..........................................................................................3 2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................5 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 4. PAYMENT BOND ...........................................................................................14 5. PERFORMANCE BOND..........................................................................................17 6. CERTIFICATE OF INSURANCE..................................................................................20 7. CONTRACT...............................................................................................22 8. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................24 9. CURRENT WAGE DETERMINATIONS...............................................................................42 10. NOTICE OF ACCEPTANCE... .................................................... ......43 11. SUPPLEMENTAL CONDITIONS...................................................................................45 i. i (THIS PAGE LEFT BLANK INTENTIONALLY) 0 I NOTICE TO 81DOERS -3- (THIS PAGE LEFT BLANK INTENTIONALLY) NOTICE TO BIDDERS BID E 12040 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Roam L-04, Lubbock, Texas, 79401, until 2:00 o'clock D.m._ on the 22nd day of September. 1992. or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: WATER TREATMENT PLANT IMPROVEMENTS GENERAL FACILITIES - CONTRACT 3 After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 22nd day of October. 1992, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Am. Civil St., in the an =t of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current ftsl Rating of I or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashiers or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5X of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Am. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. r F The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -bid conference on 8th day of September, 1992, at 10:00 o'clock a.m., Training Center Conference Roan L01, Municipal Building, 1625 13th Street. All questions of a technical nature must be addressed no later than September 11th,_1992, at 5:00 o'clock p.m. in writing to: Henry H. Benjes, Jr. 12700 Hillcrest Drive Suite 125 Dallas, Texas 75230-2096 (214) 960-4423 Fax (214) 960-4471 All other questions shall be addressed to: Gene Ends, C.P.M. Purchasing Manager City of Lubbbock 1625 13th street Lubbock, Texas 79401 (806) 767-2165 Fax (BD6) 762-3623 CITY OF LUBBOCK BY: Gene Ends, C.P.M. Purchasing Manager r I ADVERTISEMENT FOR BIOS BID 0 12040 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 22nd day of September. 1992, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: WATER TREATMENT PUNT IMPROVEMENTS GENERAL FACILITIES - CONTRACT 3 After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Arm. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies ell bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a prebid conference on 8th day of September, 1992, at 10:00 o'clock a.m., Training Center Conference Room 1.01, Municipal Building, 1625 13th Street. 00, BY: ene E s, C.P.M. PURCHASING MANAGER (THIS PAGE LEFT BLANK INTENTIONALLY) F GENERAL INSTRUCTIONS TO BIDDERS .4- (THIS PAGE LEFT BLANK INTENTIONALLY) 0 ,GENERAL INSTRUCTIONS TO BIDDERS 7 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Contract 3 involves construction of a PAC (Powdered Activated Carbon) mixing basin, PAC blower building, modifications to the existing carbon slurry mixing tanks, modifications to the existing chemical feed and storage systems, replacement of existing flocculation equipment, improvements to the existing clearwell, and electrical improvements. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- erat Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 610 (SIX HUNDRED TEN) calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is }� determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. a 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of •" the contract documents. 6. AFFIDAVITS OF BILLS PAID t The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction -of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for pro- tecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provi- sion. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. 1PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. - 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6 I 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other` underground structures which might or could be damaged by Contractor during the construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by r this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. R^ 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES I� The use of explosives will not be permitted unless written permission to do to is obtained by the Contractor t from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shell further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the new, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required In the General Conditions of the contract documents, from an underwriter authorized to do business in the �" State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a — statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which gust be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to d final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. -8- 7 F r 7 19. 20. 21. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such Laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. 'Such prices shall be written in ink, dis- tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi- vidual, his now must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered Incorporated by reference into the aforementioned contract documents. .9- (THIS PAGE LEFT BLANK INTENTIONALLY) No Text (THIS PAGE LEFT BLANK INTENTIONALLY) l r r� BID PROPOSAL ` t rBID FOR UNIT PRICE CONTRACTS t rPLACE Lubbock. Texas l DATE October 1, 1992 PROJECT NO. 12040 Proposal of RID RIVER CONSTRUCTION COMPANY, INC. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter eal'led Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a Water Treatment Plant+aiorovements General Facilities - Contract 3 having carefully examined the plans, specifications, instructions to bidders, notice to bidders and ell other're- lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions and contract documents, within the time set forth therein and at the prices stated in Exhibit "A". t The Bidder binds himself on acceptance of his proposal to execute a contract and any required bonds, according to the accompanying forms for preforming and completing the said work within the time stated and for the prices stated in Exhibit "A" of this proposal. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the owner and to fully complete the project within 610 (SIX HUNDRED TEN) consecutive cal- endar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500 (Five Hundred dollars) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the R"i general conditions of the contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially conplete the work on which he has bid; as provided in the contract documents. 4 Enclosed with this proposal is LIXXXXXXXXXXX)Ma Proposal Band in the sum of Five Percent of Greatest AmountBicbollars (S5% G.A.B: ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond Of any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include ell contract documents made evaileble to him for his inspection in accordance with the Notice to Bidders. RID RIVER CONSTRUCTION COMPANY, INC. r�i�i• Contra for %i� • BY: _ Jimmy Smith, Vice President -, (Seal if�B�ddEr,ia a Corporation) ` ATTEST: ' Dean Porter Secretary Bidder acknowledges receipt of the following addenda: ADDENDA NO. I I ADDENDA NO. ADDENDA NO. ADDENDA NO. Ii ADDENDA NO. ` r—, ADDENDA NO. ADDENDA NO. ADDENDA NO. ADDENDA NO. • ADDENDA NO. I ' ADDENDA N0. i ADDENDA NO. .12- r i Exhibit A, Bid Proposal Bid for Unit Price Contracts Item Quantities Total No. & Units Description of Item & Unit Price Amount 1. 1 L.S. Concrete & restoration work to inculde the following: A. 150 S.F. Repair spatting wall surfaces MATERIALS: - o-71.G� ��/a d il.�-��Cll� (`i aiJ-0 0 /Sc. Ft.) SERVICES: !�-74 (S .V.00 S . Ft. TOTAL A: `SiO /�-D d�l+r� s .57.O0 S . Ft. B. 4250 L.F. Epoxy injection of 1/4" to 1/8" )smaller cracks MATERIALS• `il0 /� Q�LQ/ s 400 L.F. SERVICES: • `!tJ /e-1 S /l.eb L.F. TOTAL B: ¢ `yLo Ii'/ - _- - - (S - AbdO/L.F.) C. 30 L.F. Epoxy injection of 1/411 to 1/8" wide cracks MATERIALS: `1,O /0'4 S MOO SERVICES: 6 /OD S oZ/,�•O�C TOTAL C: `yr'° /OAP �f-� -(S TV -•0O D. 45 EA. Reseal 3011 pipe wall penetrations lATERIALS• � qw /" SERVICES: • ' `icy d`2 TOTAL D: 241,A+ E. 44 EA. Reseal 24" pipe wall penetratins MATERIAI SERVICE; TOTAL E F. 20 EA. Reseal 61, pipe wall penetrations MATE SERV TOTA HY.flo .00 7 No Text Item Quantities Total No. d Units Description of Item S Unit Price Amount G. 20 EA. Reseal 411 pipe wall penetrations HATER SERVI TOTAL N. 630 L.F. Repair of clearwell roof expansion Joint MATERIAL SERVICES TOTAL N: I. HATER SERVI TOTAL J. HATER SERVI TOTAL K. HATER SERVI I TOTAL 682 L.F. Repair of construction/expansion joints 32 EA. Epoxy injection of Joint on 121, die. columns 12 EA. Repair of beam b corbel spans in clearwell approximately 0.1 cubic feet per location r TOTAL BID ITEM 1 (Sub -items A thru K) HATER SERVI TOTAL „. ti } ... '� Item Quantities Total No. & Units Description of item t Unit Price Amount 2. 1 L.S. II�� Installation of ftoccutator equipment to be supplied by owner. TOTAL ITEM 2*A?,,0 11 tt� /CCU IDItQIlcJLO(Sa�0 000. 00 ) 3. 1 L.S. For att the work included in the contract documents, except for the work included MATERIAL SERVICES TOTAL ITI TOTAL BID ITEMS 1, 2, t 3 MATERIAL SERVICES TOTAL BI No Text �r. r � ' LIST OF SUBCONTRACTORS 7 This form shall be completed and submitted with the Bidders Proposal. s , 1 z. C.or� 3. ek . 5. 6. 717 c.XQQ 71 7. JWJu L JU,4� 8. K-la� - 9. s� 9 Lat4 k t �r•�XA-%74, �1 Minority Owned Yes No i v .13- No Text ,,,.� _ THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document M10 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Red River Construction Company, Inc. (Here insert full name and address or legal title of Contractor) 13725 Omega Rd., Dallas, TM 75244 it as Principal, hereinafter called the Principal, and Great Amgrican France C$�n Dallas,• ( ere rnsert u name and a r s or ega) title of Surety) a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto Citay of Lubbock, TX (Here insert full name and a dress or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars (P% GAB. ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. r( WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) Water Treatment Plant Improvements General Facilities -Contract S, Bid #12040 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 1st day of October 1992 Red River Construction Company, Inc. (Pri:��' (Seal) Dean Porter (Witness) Sec/Treas JimtV D. Smi h (Tfd Vice President eat erican Insurance Company Z1817rery) (Sea!) (Witness) iIL W.T. Ragsdale V e) Attorney -in -Fact AIA DOCUMENT A310 • BID BOND - AIA ® - FEBRUARY 1970 ED • THE AMERICAN ., INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 1 — WARNING: Unlicensed photocopying violates U.S. coFytight laws and Is subject to legal prosecution. GZEr'1T AIVER1CAN INSURANCE COMPANY IIIThe number of persons authorized by 15316 ' this power of attorney is not more than No. 0 TWO POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or,persons named below its true and lawful attorney -in -fact. for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said I Company on any such bond, undertaking orcontract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power WILLIAM D. BAIDWIN BOTH OF BOTH W. T. RAGSDALE RICHARD60N, TEXAS UifiT JIMI'II This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)•in-fact named above. i IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents lobe signed and attested by !' its appropriate officers and its corporate seal hereunto affixed this 17TH day of June 19 92 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 17TH day of June. 1992 , before me personally appeared WILLIAM J. MANEY, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance Company, the Company described in and which executed the shove instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority.. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated August 20. 1979. RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or ant• one of them, be and herebl• is authorized, from time to time, to appoint one or more Attornevs-ln-Fact to execute in behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretvship, or other written obligations in the nature thereof: to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at anv time. ix RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretvship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Companv as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed CERTIFICATION I, RONALD C. "AYES. Assistant Secretary of the Great American Insurance Company. do herehv certify that the foregoing J, Power of Attorney and the Resolutions of the Board oi• Directors of August 20. 1979 have not been revoked and are now in full force and effect. t Signed and scaled this eSrday ofrL o '� S1029M (03/90) IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, Texas 78714-9104 Fax 1(512) 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. rL PAYMENT BOND PRO 7 (THIS PAGE LEFT BLANK INTENTIONALLY) r STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 _ AS AMENDED BY OF THE REVISED CIVIL STATUTES OF TEXAS Bond # 7581768 ' ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THtSE PRESENTS, that Red River Construction Co. (hereinafter called the Principal(s), as '9rinc.ipal(s), and Great American Insurance Company, 580 Walnut St., Cincinnati, Ohio 45202 (hereinafter called the Surety(s), as uret (( ,are el a f r tt unto the City of Lubbock (hereinafter urli�,on Sxunr�ciieyo called the Obligee), in the amount of Fousan our un re x een Dollars (S 4,692,416.pQ awful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, —,adminis- trators, executors, successors and assigns, jointly and severally, firmly by these presents. `f WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the &I.- day cf to Bid #12040 - Water Treatment Plant Improvements — General Facilities, Contract 3 said Principal "er the law is required before commencing the work provided for in said contract to execute a bond iri the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the -same extent as ff,copied at length herein. 'NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplylig labor aria material to him or a sub -contractor in the prosecution of the work provided for in said con- tract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. F.' -15- �y IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 01.1 NO L�+L� day ofd Great American Insurance CompaM Surety Principal Red River Construction Company By: 1 Dean Porter (Title) Secret ry/Treasurer By: Jimmy D,. m th tle Vice President By: (T11(e) J &jj9',_.nc: « *B Y: (Tit e) W.T. Ragsdale, Atto y-in-Fact_ The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- —' agnates Coxon & Co. an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. ll Curt Coxon Coxon & Co. Great American Insurance Comps P 0 Box 6704, Surety Lubbock, TX. 79413 -� *By: W.T. Ragsdale, A orney-in-Fac—� Approved as to form: City of Lubbock By: City A torney *Note: if signed by an officer of the Surety Company there must be on file a certified extract from the by -taus showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. F(0�111 r) �- Gtk7 AIVER1CAN INSURANCE COMPANY The number of persons authorized by 15316 t this power of attorney is not more than No. 0 TWO r* POWER OF ATTORNEY i. KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and rall bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said l . Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. r I Name Address Limit of Power WILLIAM D. BALDWIN BOTH OF BOTH W. T. RAGSDALE RIC VUMSON, TEXAS UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attorneys) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 17TH day of June 19 92 Attest GREAT AMERICAN INSURANCE COMPANY r: ; r` , STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 17TH day of June, '1992 before me personally appeared WILLIAM J. MANEY, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. r This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated August 20, 1979. RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is ! authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and all E bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, RONALD C. HAYES. Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing r Power of Attorney and the Resolutions of the Board of Directors of August 20. 1979 have not been revoked and are now it) full force and effect. 2 p Signed and sealed this day of �G.�oF�E.k' 19 '� - S1029M (03/90> GtW ANOMN" INSURANCE COMPANIES IMPORTANT NOTICE TO OBTAIN INFORMATION OR -MAKE A COMPLAINT: YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P.O. BOX 149104 AUSTIN, TX 78714-9104 FAX # (613) 476-1771 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: t THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. t. 7 F.14032B (9/92) PERFORMANCE BOND r (THIS PAGE LEFT BLANK INTENTIONALLY) r F .STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS Bond # 7581768 AMENDED BY rACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 Red River Construction KNOW ALL HER BY THESE PRESENTS, that Company (hereinafter called the Principal(s), as Principal(s), and Great American Insurance Company, 580 Walnut St., Cincinnati, Ohio 45202 (hereinafter called the Surety(s), as Sure (s arrt he H a3d fi l ouTdd o the ity of Lubbock (hereinafter called the Obligee), in the amount of oourlI�undred S ed �t�e y- o ousan 9 , x een Do ars (S ,692,4,16.00lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administra- tors, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered Into a certain written contract with the Obligee, dated the fZ�Vay of 1944 to Bid #12040 - Water Treatment Plant Improvements - General Facilities, Contract 3 Fill and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the 7 same extent as if copied at length herein. L n NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per- form the work in accordance with the plans, specifications and contract documents, then this obligation shall be l void; otherwise to remain in full force and effect. l PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. I WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 22 day of e7 Great American Insurance Company Surety % 4y:: (Title) X.T. Ragsdale, torney-in-Fact Red River Construction Company Principal By:...��- Dean Porter, - ecretary reasure (Title) By: L 7 Jimmy D. Sm th I ( e) Vice President (Titt95 oecsmrovr � -18- The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Coxon & CO -an agent resident in Lubbock county to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Curt Coxon Great American Insurance Company Coxon & Co. surety P 0 Box 6704 Lubbock, TX. 79413 *By; (Title) W.T. Ragsdale, ttorney--in-Fact Approved as to Form city of Lubbock By: City Attorney *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files. I � • 1 I i -19- GtFAT AIVERICAN INSURANCE COMPANY The number of persons authorized by 15316 this power of attorney is not more than No. 0 TWO POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said j Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power WILLIAM D. BALDWIN BOTH OF BOTH W. T. RAGSDALE RICKARDSON, TEXAS LXA[MI'1'ID This Power of Attomey revokes all previous powers issued in behalf of the attorney(s)•in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 17TH day of June 19 92 Attest GREAT AMERICAN INSURANCE COMPANY r STATE OF OHiO, COUNTY OF HAMI LTON — ss: On this 17TH day of June, 1992 before me personally appeared WILLIAM J. MANEY, to nie known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American insurance Company, the Company described in and which executed the above instrument; that he knows the seal: that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated August 20, 1979. RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or ant• one raj them, be and hereby is 7 authorized, from time to time, to appoint one or more Attornevs-In-Fact to execute in behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority., and to revoke any such appointment at any time. !' RESOL VED FURTHER: 77tat the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretvship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Companv as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same jorce and effect as though manually affixed. CERTIFICATION 1, RONALD C. HAYES. Assistant Secretary of the Great American Insurance Company. do herehy certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of August 20. 1979 have not been rc%oked and are now in full force and effect. Signed and scaled this �v day of Doi-TpF'er 19 �Z S1029M (03/90) l C GtWs INSURANCE COMPANIES IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P.O. BOX 149104 AUSTIN, TX 78714-9104 FAX # (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.14032819/92) CERTIFICATE OF INSURANCE -20- (THIS PAGE LEFT BLANK INTENTIONALLY) r CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK OAtEs _ October 22. 1992 1625 13th St f RED RIM CONSTRUCTION CO INC 13725 OHFCA ROAD Type of Lubbock, texas Dallas TES 75244 Projects THIS IS TO CERTIFY THAT a (Name and Address of Insured) Is, at the date of this certificate, in- _�red by this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance With the provisions of the standard policies used by this Company, the further hereinafter described. xceptions to standard policy sorted hereon. 7c; TYPE OF INSURANCE rn I Policy No. Effective Expires ................. .................................................................................................... Limits of Liability rkmen's 1613-00-109104 9-2-92 9-2-93 $ 500,000 - Each Accident 7=3ipensetlon Waiver of Subrogation is added to this WC policy in favor of $ 500,000 - Disease Each Employee City of Lubbock and EDR Engineering, Inc., of Dallas. .................................................................................................................... $1,000,000 - Disease Policy Limit t�it��afPrlou{be� ck)1633-03-109104 11-1-91 5-31-93 »a600,000 or Contin- Additional Insured: HDR Engineering, Inc. for work performed Per Occurrence ! 600.000 by or on behalf of Red River Construction Co Inc on this vent Liability I! OMp policy (1633-03-109104; City of Lubbock). F5 r.-------------- I'll ----------I---------I------ a ----------I--------------------- ---------- a ------ ...-- VaLd Form udders 1623-02-109104 9-2-92 9-2-93 Any 1 Construct. Site-�;000;a00 City of Lubbock is shown as Additional Named Insured for work Aa c.tiony 1 veh 00,000 performed by or on behalf of Red River Construction Co Inc Per Occurrence Any 1 %-non_nnn on this policy. Additional Insured: UDR Engineering Inc of ! i Dallas for work performed by or on behalf of Red River Construction Co Inc on this, Broad Form Builders policy. ........................................................ •....................... . 1623-00-113946 9-2-92 9-2-93 Additional Insured: City of Lubbock and HDR Engineering Inc of ................................... SINGLE IHIT - �g nM Act ENT ! 1,000,000 712tombf te Dallas for work performed by or on behalf of Red River Construction Per Occurrence S Co Inc. Also Waiver of Subrogation is added to this Auto policy Property Oemage S .............. City of Lubbock and ®R Engineering Inc of Dallas.•--•••--................-..-......._.._..._.........._...._. �mprehensive 1623-03-109104 9-2-92 9-2-93 Waiver of Subrogation is shown in favor of City of Lubbock Liability 00 ccedrilComgiegstfgg er b Adv fn • • ueneral and HDR Engineering Inc of Dallas on this GL policy. ch $ccurrerl:y1) ! , e gg ................................................................. .............. C 3C0 gp0II8t...... , N-66 OR— 1633-00-109104 9-2-92 9-�-�3 Frbrella Liability Additional Insured: City of Lubbock and HDR Engineering Inc Genera Aggregate Prod/Cosop s Agg 4,000,000. BI 6 PD Ea ccurrencle -�r;000:000 f allas ggor vor� erf edd b o on bah 11f of Re Rive C strut. �o nc. Al�q Waiv r pp ubr4 at o 1 a�dgd tg t i Um e� a Personal 6 Advertis 4.000,000 .$$i.......Retention .......... .h4LJ�:7.�7C>ZRQC As19tD8�3%CICI}'16.}@4.41.D..ail. ............10:000 le foregoing Poticles f%W (do not) cover all sub -contractors, Locations Covered STATE OF TEXAS rcSCRIPTiON of Operations Covered Water Treatment Plant Improvements, General Facilities; Address: 6001 N. Guava Project #2123-541101-9640, Contract 3 j 4e above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or !_inceled by the insurer in less than the legal time required after the insured has received written notice of such change or eancetlatlon, or In case there is no legal requirement, In less than tcm days in advance of cancellation. PM ten ,.IVE COPIES OF THIS CERTIFICATE Wausau Insurance Companies MJST BE SENT TO THE OWNER. (Name of insurer) to to to certify that the insurance policies (described above by policy , ll mber) written on forms in use by the company have been issued. This Bys certificate is not a policy or a binder of insurance and does not in any way alter, amend or extend the coverage afforded by any policy referred o- heraai-. T e �Iteraigning Agent tvithstandin any requirement, term or condition of any contract or `o er ocument With respect to vbich this certificate may be issued or maj pertain, the insurance afforded by the policies described above is rsb ect to all of the terms, exclusions and conditions of such policies wing the terms thereof. GUM AIIER1CAN INSURANCE COMPANY The number of persons authorized by 15316 this power of attorney is not more than No. 0 TWO POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power WILLIAM D. BALDWIN BOTH OF BOTH W. T. RAGSDALE RICHARD60N, TEXAS UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 17TH day of June 19 92 Attest GREAT AMERICAN INSURANCE COMPANY r" STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 17TH day of June, 1992 before me personally appeared WILLIAM J. MANEY, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance {^ Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of I his office under the By -Laws of said Company, and that he signed his name thereto by like authority. E; This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated August 20. 1979. RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents. or ant, one of them, be and herehv is authorized, from time to time, to appoint one or more Attornevs-In-Fact to execute in behalf of the G,mpanv, as surety, any and all bonds, undertakings and contracts of suretvship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority.; and to revoke any such appointment at any time. w^ RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers mat, be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretvship, or other written obligation in the nature thereof, such signature and seal when so used being herebv adopted by the Compan{v as the original signature of such officer and the original seal of the Companv, to be valid and binding upon the Company with the same jorce and effect as though manually affixed. CERTIFICATION I, RONALD C. HAY ES. Assistant Secretary of the Great American Insurance Companv, do hereby certify that the foregoing r+ Power of Attorney and the Resolutions of the Board oi' Directors oi' August 20. 1979 have not been revoked and are now in full force and effect. Signed and scaled this r day of (�-Fp�j�jj� 19 g� , S1029M (03/90) No Text GMU s INSURANCE COMPANIES IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P.O. BOX 149104 AUSTIN, TX 78714-9104 FAX # (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.140320 (9/92) N N (THIS PAGE LEFT BLANK INTENTIONALLY) CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK ^, THIS AGREEMENT, made and entered into this 22nd day of October, 1992, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Red River Construction Co., Inc. of the City of DALLAS, County of DALLAS, and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- Lows: k. r i I 6 BID 012040-CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS - GENERAL FACILITIES - CONTRACT 3 PROJECT IN THE AMOUNT OF $4,692,416.00. and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, Labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance -with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents h Texas in the year and day first above written. ATTEST: ATTEST: Corporate Secretary RED RIVER CONSTRUCTION CO., INC ------ CONTRACTOR ►� By: C r�. TITLE: �G I� COMPLETE ADDRESS: `' 13725 OMEGA ROAD DALLAS. TX _ 2 4 r i -23- No Text GENERAL CONDITIONS OF THE AGREEMENT -24- (THIS PAGE LEFT BLANK INTENTIONALLY) r- GENERAL CONDITIONS OF THE AGREEMENT I. OWNER Whenever the word Owner, or the expression Party of the First part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: RED RIVER CONSTRUCTION CO.. INC., who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to DAN HAWKINS, DIRECTOR OF WATER UTILITIES, City of Lubbock, under whose supervision these r" contract documents, including the plans and specifications, were prepared, and who will inspect construc- tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the owner under r, the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no re- sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated ! -25- i by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. -WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALtY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly Locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the owner informed of the progress of the work and will endeavor to guard the owner against defects and deficiencies In the work of the Contractor. -26- r 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all Mork included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all r• cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the IL Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specification:; therefore. The Con- tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shalt direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in.a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob- servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the owner's Representative and their use shall be strictly enforced. -28- 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. owner or owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the owner, it must, if requested by Owner or Owner's Repre- sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner cr Owner's Representa- tive to make observations of such work or require testing of said work, then in such event owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. �+ Neither observations by the Owner or owner's Representative, nor inspections, tests, or approvals made by Owner, owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. r 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work t for use in the work or selected for the same, shall be deemed by the owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur- (, , ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 7 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in- crease the amount of work, end the increased work can fairly be classified under the specifications, such r, increase shall be paid according to the quantity actually done and at the unit price established for such j work under this contract; otherwise such additional work shall be paid for as provided under Extra Bork. In -29- case the Owner shall make such changes or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work„ as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -30- 4 r 25. DISCREPANCIES AND OMISSIONS rIt is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the Intent of these contract documents as interpreted by Owner's Representative. if the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shatt be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to l complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OMER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative ' may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. l If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an r extent as to give reasonable assurance of compliance with the schedule of progress. P t, 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation insurance with an m insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation taws of the State of Texas. The Contractor shalt at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipat taws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject smatter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro- gresses, are intended as reminders to the Contractor of his duty and shatt not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sote cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include Premises and Operations _. Explosion 6 Collapse Hazard Underground Damage Hazard Products it Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion oc" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so d s to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shalt be as follows For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury $250/500,000 Property Damage $100,000 �— to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so d s to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. .32- r" E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella liability Insurance in the amount of (54,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific Job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the Job with Employers Liability of at least 5100,000 limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: k (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the �•. date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical Copies thereof) con- tained in the Job specifications. No substitute of mar amendment thereto will be accept- able. 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness rwithin five (5) days after demand is made, then Owner may, during the period for which such indebtedness 1 -33- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shalt indemnify and save owner harm- less from any loss on account thereof. if the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shalt be considered as part of this contract to the same effect as though embodied herein. 32. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the owner may withhold permanently from Contractor's total compensation, the sum of 5500.00 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages :MA r for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local Ity_ The amount is fixed end agreed upon by and between the Contractor and the Owner because of the impractica- PW bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the smount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. r34. TIME AND ORDER OF COMPLETION I It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, r� schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at + which the Contractor will start the several parts of the work and estimated dates of completion of the sev- eral parts. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the r completion of this project, taking into consideration the average climatic range and industrial conditions 1prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the owner, owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, II walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- k sideration. Should the Contractor disagree with the action of City Council on granting an extension of j time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS 4 In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within `the'time•herein fixed, he has takenA nto consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge I i -35. shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the owner's Representative that is caused by such stoppage shall be paid by owner to Contractor. 37. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de- fective work. Contractor shall at any time requested during the progress of the work furnish the owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -36- 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if fond to be in order shall prepare a certificate for par- tial payment showing as completely as practical the total value of the work done by the Contractor up to and s including the last day of the preceding month; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the testis of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE 1 Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to r issue a certificate of acceptance of the work to the Contractor. t, k. 43. FINAL PAYMENT r. Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners premises all materials condemned ' by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of. (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustmentpresented by the Contractor shall be in writing and filed with the Owneris Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shalt be three; one named r In writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owners Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the -- contract, unless either or both parties shall appeal withinten(10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -38- The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the foram of proceedings or award. 49. ABANDONMENT BT CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in comptetion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra York, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and ' materials will ultimatelyreduce the cost to complete amplete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work In either of the following elective manners: (a) - The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies as said Owner may deem necessary to complete the work and charge the expense of such tabor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been com- plated by the Contractor, then said Contractor shall receive the difference. In case such expense Is greater than the sum which would have been payable under this contract, if the same had been com- pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shalt be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shalt have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Omanerfs Representative as being correct shalt then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shalt pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. F 7 -39- In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of �— such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools', and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a -- fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate aLt previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify some to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. .40- 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- E thority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at ` any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or'to the Contractor's own employees or to any other person, firm, or I corporation. 55. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove ell such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. r -41- M, (THIS PAGE LEFT BLANK INTENTIONALLY) r r CURRENT WAGE DETERMINATIONS -42- (THIS PAGE LEFT BLANK INTENTIONALLY) -4 OGV:da OPM IITTnM Resolution #2502 January 8, 1987 Agenda Item #18 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works .contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: . Exhibit A: Building Construction Trades r. Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in a all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. B.C. McMINN, MAYOR h • 1 � w 1 Ranette,.Boyd, City Secretary k APPROVED T ONTENT: APPROVED AS TO FORM: / Bi 1 P yne, D rector of Building Oo Id G. Vandiver, First Services Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer $11.60 Air Conditioner Installer 8.35 Air Conditioner Installer -Helper 5.50 Bricklayer 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 Carpenter -Helper 5.50 Cement Finisher 7.35 Drywall Hanger 8.70 __ Electrician 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.60 Glazier 7.50 Insulator, Piping/Boiler 9.50 Insulator -Helper 5.00 Iron Worker 7.30 Laborer, General 4.75 Mortar Mixer 5.60 Painter 8.75 Plumber 9.25 Plumber -Helper 6.00 Roofer 7.65 Roofer -Helper 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 - Welder - Certified 8.00 r r EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper SOWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator Roller Scraper Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.65 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 w • r EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Power Line Foreman Lineman Journeyman Lineman Apprentice Series Groundman Series Hourly Rate $11.00 10.45 8.90 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. r., NOTICE OF ACCEPTANCE l; r -43- (THIS PAGE LEFT BLANK INTENTIONALLY) r Fli F r r f SUPPLEMENTAL CONDITIONS -45- r-- (THIS PAGE LEFT BLANK INTENTIONALLY) Treatment Plant Improvements General Facilities Contract 3 City of Lubbock, is Texas Project Manual May 1992 c,r.F hot f HENRY H. BENJES, JR. 28070 `p•.%mow ts r k l I t s i n NOR Erg:neriig. Inc. �I (THIS PAGE LEFT BLANK INTENTIONALLY) 7 TOC-1 r I PROJECT MANUAL CITY OF LUBBOCK WATER TREATMENT PLANT IMPROVEMENTS GENERAL FACILITIES CONTRACT 3 1992 TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID PROPOSAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT NOTICE OF ACCEPTANCE 00805 SUPPLEMENTARY GENERAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01060 SPECIAL CONDITIONS 01150 APPLICATION FOR PAYMENT 01310 CONSTRUCTION SCHEDULES 01340 SHOP DRAWINGS, PRODUCT DATA & SAMPLES, OPERATION AND 01370 SCHEDULE OF VALUES 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING 01640 PRODUCT SUBSTITUTIONS 01650 STARTUP 01700 CONTRACT CLOSEOUT 01710 CLEANING 01800 OPENINGS AND PENETRATIONS IN CONSTRUCTION DIVISION 2 - SITE WORK 02072 DEMOLITION, CUTTING AND PATCHING 02110 SITE CLEARING 02200 EARTHWORK 004 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 02260 TOPSOILING AND FINISHED GRADING 02270 SOIL EROSION AND SEDIMENT CONTROL City of Lubbock, Municipal Water Treatment - Contract 3 TOC-2 02441 IRRIGATION SYSTEM 02444 CHAIN LINK FENCE AND GATES 02502 CONCRETE PAVEMENT 02513 ASPHALTIC CONCRETE VEHICULAR PAVING 02515 PRECAST CONCRETE MANHOLE STRUCTURES 02528 CONCRETE CURB AND GUTTER 02529 CONCRETE SIDEWALK AND STEPS 02930 SEEDING, SODDING, AND LANDSCAPING DIVISION 3 - CONCRETE 03108 FORMWORK 03208 REINFORCEMENT 03308 CONCRETE, MATERIALS AND PROPORTIONING 03311 CONCRETE MIXING, PLACING, JOINTING, AND CURING 03322 INSULATING CONCRETE ROOF DECK 03348 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03350 TESTING 03360 CONCRETE RESTORATION 03450 ARCHITECTURAL PRECAST CONCRETE DIVISION 4 - MASONRY 04110 CEMENT AND LIME MORTARS 04155 THROUGH WALL FLASHING 04210 BRICK MASONRY 04220 CONCRETE MASONRY 04510 MASONRY CLEANING DIVISION 5 - METALS 05211 STEEL JOISTS 05313 METAL DECK 05505 METAL FABRICATIONS 05522 ALUMINUM RAILINGS DIVISION 6 - WOOD AND PLASTICS 06100 ROUGH CARPENTRY 06600 FIBERGLASS REINFORCED PLASTIC FABRICATIONS 06610 FIBERGLASS FABRICATIONS DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07162 DAMPPROOFING 07176 MASONRY LIQUID WATER REPELLANT 07210 BUILDING INSULATION 07534 ADHERED ELASTOMERIC (EPDM) SHEET ROOFING 07600 FLASHING AND SHEET METAL 07720 ROOF HATCH 07900 JOINT SEALANTS DIVISION 8 - DOORS AND WINDOWS City of Lubbock, Municipal Water Treatment Contract 3 TOC-3 7 r 08110 METAL DOORS AND FRAMES 08332 OVERHEAD DOOR (ROLLING STEEL) 08525 ALUMINUM WINDOWS 08700 FINISH HARDWARE 08800 GLASS AND GLAZING DIVISION 9 - FINISHES 09130 ACOUSTIC SUSPENSION SYSTEM 09201 METAL FURRING AND LATHING 09220 PORTLAND CEMENT PLASTER 09512 ACOUSTIC MATERIALS 09905 PAINTING AND PROTECTIVE COATINGS DIVISION 10 - SPECIALTIES 10400 IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS 10444 SIGNAGE 10520 FIRE EXTINGUISHER DIVISION 11 - EQUIPMENT 11005 EQUIPMENT: GENERAL REQUIREMENTS 11040 ADJUSTABLE FREQUENCY DRIVES (AFD'S) 11060 PUMPING EQUIPMENT: GENERAL REQUIREMENTS 11061 PUMPING EQUIPMENT: END SUCTION CENTRIFUGAL 11069 PUMPING EQUIPMENT: PROGRESSING CAVITY 11072 PUMPING EQUIPMENT: VERTICAL TURBINE 11080 AERATION EQUIPMENT: GENERAL REQUIREMENTS 11081 AERATION EQUIPMENT: CENTRIFUGAL BLOWER 11082 AERATION EQUIPMENT: POSITIVE DISPLACEMENT BLOWERS 11083 AERATION EQUIPMENT: COARSE BUBBLE TYPE 11220 FLOCCULATION EQUIPMENT INSTALLATION 11221 CARBON SLURRY TANK MIXERS 11235 WATER SOFTENER 11920 CHEMICAL FEED, HANDLING, AND STORAGE EQUIPMENT 11923 CHEMICAL FEED EQUIPMENT: ALUM FEED SYSTEM DIVISION 13 - SPECIAL CONSTRUCTION 13081 NOISE CONTROL 13440 INSTRUMENTATION FOR PROCESS CONTROL: GENERAL REQUIREMENTS 13442 PRIMARY ELEMENTS AND TRANSMITTERS 13445 INDICATORS 13446 CONTROL AUXILIARIES 13456 CLOSED CIRCUIT TELEVISION SYSTEM 13510 CATHODIC PROTECTION SYSTEM DIVISION 14 - CONVEYING SYSTEMS 14305 BRIDGE CRANES City of Lubbock, Municipal Water Treatment - Contract 3 TOC-4 DIVISION 15 - MECHANICAL 15010 MECHANICAL: GENERAL REQUIREMENTS 15060 PIPE AND PIPE FITTINGS: GENERAL REQUIREMENTS 15061 PIPE: STEEL 15062 PIPE: DUCTILE 15063 PIPE: COPPER 15064 PIPE: PLASTIC 15073 PIPE: CAST-IRON SOIL 15090 PIPE SUPPORT SYSTEMS 15100 VALVES: GENERAL REQUIREMENTS 15101 GATE VALVES 15102 PLUG VALVES 15103 BUTTERFLY VALVES 15104 BALL VALVES 15105 GLOBE VALVES 15106 CHECK VALVES 15114 MISCELLANEOUS VALVES 15115 WATER CONTROL GATES 15183 PIPE INSULATION 15440 PLUMBING FIXTURES AND EQUIPMENT 15605 HVAC: EQUIPMENT 15890 HVAC: DUCTWORK 15970 INSTRUMENTATION AND CONTROL FOR HVAC SYSTEMS 15990 HVAC SYSTEMS: BALANCING AND TESTING DIVISION 16 - ELECTRICAL 16010 ELECTRICAL: GENERAL REQUIREMENTS 16111 CONDUIT, CONDUIT FITTINGS, CONDUIT SUPPORTS, AND WIREWAY 16115 UNDERGROUND CONDUIT, DUCTS, AND MANHOLES 16120 CABLE - 600 VOLT AND BELOW 16130 OUTLET, PULL, AND JUNCTION BOXES 16140 WIRING DEVICES 16150 PANELBOARDS 16190 DRY -TYPE TRANSFORMERS 16450 GROUNDING 16474 MOTOR CONTROL CENTERS AND CONTROL EQUIPMENT 16475 SAFETY SWITCHES 16501 LAMPS 16510 LIGHTING 16530 SITE LIGHTING 16670 LIGHTNING PROTECTION SYSTEM 16708 INTERCOMMUNICATIONS SYSTEMS City of Lubbock, Municipal Water Treatment - Contract 3 00805-1 F� .• 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91102 SECTION 00805 01 02 SUPPLEMENTARY GENERAL CONDITIONS 03 04 05 06 07 PART 1 - GENERAL 08 09 1.01 ADDITIONS, DELETIONS, AND REVISIONS 10 11 A. General Conditions. This term, when used in this 12 contract, shall be understood as referring to both the 13 General Conditions of the Agreement and the Supplementary 14 General Conditions. 15 16 B. Engineer. The term Engineer means HDR Engineering, Inc. 17 acting within the scope of duties contained within the 18 Supplementary General Conditions and as described in 19 Exhibit A of the Supplementary General Conditions. The 20 performance of the Engineer's duties is intended to be for 21 the sole and exclusive benefit'of the Owner, and nothing 22 contained in the Contract Documents shall create any 23 contractural relationship between the Engineer and any 24 Contractor or any Subcontractor. 25 26 C. General Conditions "5. Interpretation of Phrases," add 27 the following paragraphs at the end of the second 28 paragraph. 29 30 1. "Whenever the words 'inspect,' 'inspects,' 31 'inspected,' 'inspection,' 'inspections,' 'review,' 32 'examination' or 'supervises' are used in the Contract 33 Documents, they shall be interpreted to mean 'to 34 become generally familiar with the progress and 35 quality of the work to determine if the work is 36 proceeding in general accordance with the Contract 37 Documents based on what is plainly visible at the 38 construction site, without the removal of materials or 39 other construction that is in place.' None of these 40 words shall mean that Owner's Representative is 41 required or expected to make exhaustive or continuous 42 on -site inspections to check the quality of the work. 43 On the basis of the on- site insppections, Owner's 44 Representative will endeavor to keep the Owner 45 informed of the progress and quality of the work, and 46 shall endeavor to guard the Owner against defects and 47 deficiencies in the Work." 48 49 50 2. "Whenever the -word 'supervisor' or 'inspector' is used 51 in the Contract Documents, it shall be interpreted to 52 mean 'one who inspects.'" 53 City of Lubbock, Municipal Water Treatment - Contract 3 .00805-2 01 02 D. General Conditions "13. Lines and Grades," modify as 03 follows: 04 05 1. Delete the entire paragraph and replace with the 06 following: 07 08 The Engineer shall provide a baseline and a datum 09 bench mark reference point. If the Contractor, 10 through willfulness or carelessness, removes, causes 11 or allows such points to be removed before the 12 prosecution of Work requires it, the replacing of such 13 line and elevation points shall be done at the expense 14 of the Contractor. 15 a. The Contractor shall, at his own expense, employ a 16 registered engineer or licensed land surveyor 17 acceptable to the Owner to give to the Contractor 18 lines and elevations for the Contractor's use in 19 constructing the Work. The registered engineer or 20 licensed land surveyor shall furnish to the 21 Engineer, through the Contractor, a signed plat 22 certifying to the location and elevations.of the 23 Work indicating ties and closure to the Engineer's 24 baseline and datum bench mark. 25 26 E. General Conditions "16. Insurance," modify as follows: 27 28 1. Delete the second paragraph, "The insurance 29 certificates furnished . shall be 30 subcontracted." and replace it with the following: 31 "The insurance -certificates furnished shall name the 32 City and HDR Engineering, Inc. as additional 33 insureds, and shall further state that all 34 subcontractors are named as additional insureds or in 35 the alternative, shall be accompanied by a statement 36 from the Contractor to the effect that no work on this 37 particular project shall be subcontracted." 38 39 F. General Conditions "26. Right of Owner to Modify Methods 40 Equipment," modify as follows: 41 42 1. Delete the first paragraph of this section. 43 44 G. General Conditions 127. Protection Against Accident to 45 Employees and the Public," modify as follows: 46 47 1. Delete the fourth sentence of the first paragraph, 48 i.e., "The Contractor, his sureties . including 49 attorney's fees." and replace it with the following: 50 "The Contractor, his sureties and insurance carriers 51 shall defend, indemnify and save harmless the Owner 52 and all of its officers, agents, including Engineer, 53 and employees from all suits, actions, or claims of 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 7 00805-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 H. any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and project which is the subject matter of this contract, on account of the failure of the Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any Judgment with costs which may be obtained against the Owner or any of its officers, agents, including Engineer, or employees including attorney's fees." General Conditions "28. Contractor's Insurance" modify as follows: 1. Add the following paragraph after the first paragraph: "All insurance, as hereafter specified, shall include a waiver of subrogation against the Owner, the Owner's agents, and the Owner's Engineer." 2. In addition to the City, the Engineer is to be named as an additional insured on the Comprehensive General Liability Insurance, the Owner's Protective or Contingent Public Liability and Property Damage Liability Insurance, the Comprehensive Automobile Liability Insurance and the Excess or Umbrella Liability Insurance policies, and a copy of the endorsement doing the foregoing is to be attached to the Certificates of Insurance for such policies. 3. The Engineer is to be named as an additional insured on the Builder's Risk Insurance Policy, as its interests may appear. I. General Conditions "38. Protection of Adjoining Property," modify as follows: 1. Delete the last sentence of the paragraph, i.e., "The Contractor agrees to . . . out of the existence or character of the work." and replace it with the following: "The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any adjacent or adjoining property arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work." J. General Conditions "52. Special Conditions," modify as follows: 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal water Treatment - Contract 3 00805-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 1. Delete the paragraph and replace it with the 01 following: "In the event any special or supplementary 02 general conditions that are a part of the contract 03 documents conflict with any of the general conditions 04 contained in this contract, then in such event the 05 special or supplementary general conditions shall 06 control." 07 08 K. General Conditions "56. Construction Procedures and 09 Safety," add the following paragraph: 10 11 1. "Owner's Representative and the Engineer shall not 12 specify construction or service- related procedures 13 and shall not manage, control or have charge of 14 construction, nor shall Owner's Representative or 15 Engineer implement or be responsible for health or 16 safety procedures. Owner's Representative and 17 Engineer shall not be responsible for the acts or 18 omissions of Contractor or other parties on the 19 project and shall not be responsible for construction 20 means, methods, techniques, sequences, or procedures, 21 nor for precautions or programs. All of these matters 22 shall be the responsibility of the Contractor. 23 Owner's Representative's and Engineer's monitoring or 24 review of portions of the work performed under any 25 construction contracts shall not relieve the 26 Contractor from its responsibility for performing the 27 work in accordance with the applicable contract 28 documents." Contractor shall defend, indemnify and 29 hold harmless Owner, Engineer, their officials, 30 officers, directors, consultants, agents and employees 31 from and against all claims, damages, whether direct, 32 indirect or consequential, losses and expenses 33 (including but not limited to attorney's fees and 34 court costs) connected with any illness, injury or 35 loss to the person or property of Contractor, its 36 subcontractors, suppliers, their employees and agents, 37 or -any other person, arising out of or resulting from 38 Contractor's responsibilities under this paragraph; 39 the foregoing shall apply notwithstanding the 40 negligence of any person or entity indemnified 41 hereunder. 42 43 Not withstanding the above, the Contractor will not be 44 required to indemnify the Owner's Representative or the 45 Engineer to causes arising out of the Engineer's negligent 46 acts, errors, or omissions. 47 48 L. General Conditions "57. Benefit of Engineer's 49 Performance," add,the following paragraph: 50 51 1. "The Engineer's performance under the contract 52 documents is intended to be for the sole and exclusive 53 r- City of Lubbock, Municipal Water Treatment - Contract 3 r 00805-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 benefit of Owner." M. Contractor shall furnish evidence to the Canadian River Municipal Water Authority that, with respect to all operations affecting the Aqueduct, that the Contractor carries regular contractor liability insurance and, in addition, a protective liability policy on behalf of the Water Authority which will pay for all costs and expenses incurred from damages to the aqueduct facility and related claims, with a minimum liability limit of $250,000. A Certificate of Insurance shall be furnished to the CRMWA by the Contractor.prior to proceeding with any work affecting the Aqueduct. EXHIBIT A ENGINEER'S STATUS DURING CONSTRUCTION A.1. The duties and responsibilites and the limitations of authority of Engineer during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. A.2. Engineer will.make visits to the site at intervals appropriate to the various.stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer will endeavor for the benefit of Owner to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on -site observations are subject to all the limitations on Engineer's authority and responsibility set forth in paragraph A.7 and particulary, but without limitation, during or as a result of Engineer's on -site visits or observations of Contractor's Work Engineer will not supervise, direct, control or have authority over or be responsible for Contractor's means, methods, techniques, secquences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the Work. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 00805-6 01 01 02 A.3. Engineer will furnish a Resident Project 02 03 Representative to assist Engineer in providing more 03 04 continuous observation of the Work. The 04 05 responsibilities and authority and limitations thereon 05 06 of any such Resident Project Representative and 06 07 assistants will be as provided in paragraph A.7. 07 08 08 09 A.4. Engineer will issue with reasonable promptness such 09 10 written clarifications or interpretations of the 10 11 requirements of the Contract Documents (in the form of 11 12 Drawings or otherwise) as Engineer may determine 12 13 necessary, which shall be consistent with the intent of 13 14 and reasonably.inferable from Contract Documents. 14 15 Such written clarifications and interpretations will 15 16 be binding on Owner and Contractor. If Owner or 16 17 Contractor believes that a written clarification or 17 18 interpretation justifies an adjustment in the Contract 18 19 Price or the Contract Times and the parties are unable 19 20 to agree to the amount or extent thereof, if any, 20 21 Owner or Contractor may make a written claim thereof 21 22 as provided in paragraph 24 of the General Conditions. 22 23 23 24 A.5. Engineer may authorize minor variations in the Work 24 25 from the requirements of the Contract Documents which 25 26 do not involve an adjustment in the Contract Price or 26 27 the Contract Times and are compatible with the design 27 28 concept of the completed Project as a functioning 28 29 whole as indicated by the Contract Documents. These 29 30 may be accomplished by a Field Order and will be 30 31 binding on Owner and also on Contractor who shall 31 32 perform the Work involved promptly. If Owner or 32 33 Contractor believes that a Field Order justifies an 33 34 adjustment in the Contract Price or the Contract Times 34 35 and the parties are unable to agree as to the amount 35 36 or extent thereof, Owner or Contractor may make a 36 37 written claim therefor as provided in paragraph 24 of 37 38 the General Conditions. 38 39 39 40 A.6. Engineer will have authority to disapprove or reject 40 41 Work which Engineer believes to be defective, or that 41 42 Engineer believes will not produce a completed Project 42 43 that conforms to the Contract Documents or that will 43 44 prejudice the integrity of the design concept of the 44 45 completed Project as a functioning whole as indicated 45 46 by the Contract Documents. Engineer will also have 46 47 authority to require special inspection or testing of 47 48 the Work as provided in paragraph 21, of the General 48 49 Conditions whether or not the Work is fabricated, 49 50 installed or completed. 50 51 51 52 A.7. Limitations on Engineer's Authority and 52 53 Responsibilities: 53 City of Lubbock, Municipal Water Treatment - Contract 3 00805-7 C f 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Neither Engineer's authority or responsibility under this paragraph or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise or performance of any authority or responsibility by Engineer shall create, impose or give rise to any duty owed by Engineer to Contractor, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them. 2. Engineer will not supervise, direct, control or have authority over or be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the Work. Engineer will not be reponsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. 3. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or.furnishing any of the Work. 4. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and other documentation required to be delivered will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 5. The limitations upon authority and responsibility set forth in this paragraph shall also apply to Engineer's Consultants, Resident Project Representative and assistants. END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 City of Lubbock, Municipal Water Treatment — Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL REQUIREMENTS 1 I (THIS PAGE LEFT BLANK INTENTIONALLY) -. 01010-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92A30 PART 1 - GENERAL SECTION 01010 SUMMARY OF WORK 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of this Contract consists of chemical feed improvements, carbon contact basin, blower building, site work improvements and plant rehabilitation. B. Furnish all materials, equipment, supplies, appurtenances; provide all construction plant equipment and tools; and perform all necessary labor and supervision. C. Coordinate the progress of the Work including coordination between trades, subcontractors, suppliers, public utilities and Owner to ensure the progress of Work. D. It is the intent of this contract that Work proceed in the most expeditious manner possible. 1.02 CONTRACTS A. Construct the Work under a single fixed price contract. 1.03 WORK BY OTHERS A. Other Contractors: 1. Contract No. 1 - SDWA improvements including Chlorine Contact Basin and Clearwell Transfer Pumping Station. Start in October 1991; complete in April 1993. 2. Contract No. 2 - Chlorine Feed Room and Storage Room and Ammonia Feed Room. Start in January 1992; complete in March 1993. 1 3. Contract No. 4 - Ground storage reservoir; start in January 1992; complete in January 1993. 4. Contract No. 5 - Laboratory addition; 5. Demolition of Lime storage tank. 1.04 WORK SEQUENCE A. Construct Work shall allow for Owner's continuous occupancy and for uninterrupted treatment of water during construction. Coordinate construction schedule and operations with the Owner. B. Work to be performed during low flow periods from December 15, 1992 through March 15, 1993, and December 15, 1993 through March 15, 1994. 1. Connection of carbon contact basin with existing filters and sedimentation basin. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment — Contract 3 01010-2 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 C. Sequences other than those specified will be considered by Engineer, provided they afford equivalent continuity of operations. D. Power outages of up to 4 HRS duration will be permitted. 1. Schedule each outage with Engineer and Owner.. 1.05 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit his use of the premises for Work and storage, to allow for Owner occupancy. B. Coordinate use of premises under direction of Engineer. C. Assume full responsibility for the protection and safekeeping of products furnished under this Contract, stored on or off the site. D. Move any stored products under Contractor's control, which interfere with operations of the Owner. E. Obtain and pay for the use of additional storage or work areas needed for operations. F. Contractor may use those areas indicated on the drawings for storage and such additional areas as Engineer may designate. 1.06 EASEMENTS AND RIGHTS -OF -WAY A. Owner will provide easements and rights -of -ways for pipelines. B. Confine construction operations to the immediate vicinity of the location indicated on drawings and use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. C. Within Highway and Railroad Rights -of -Way. 1. Owner will obtain permits. 2. Perform all work and conduct all operations of Contractor, his employees, and his subcontractors in accordance with the requirements, and under the control (through Owner) of the railroad or highway authority owning, or having jurisdiction over and control of, the right-of-way in each case. 1.07 FENCES A. Maintain all fences affected by the Work until completion O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39. 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 7 01010-3 01 02 03 04 4 i 05 06 07 08 09 10 11 12 13 14 i 15 16 �* 17 J 18 19 20 21 22 23 r" 24 25 26 �.. 27 I h 28 ' 29 30 31 32 33 34 ti. 35 36 �., 37 38 39 40 r 41 42 43 44 45 46 r. 47 j 48 49 50 51 F 52 53 of the Work. B. Do not relocate or dismantle fences which interfere with construction operations before obtaining written permission from the fence owner with an agreement as to the length of time the fence may be left relocated or dismantled. C. Where fences must be maintained across the construction easement install adequate gates. D. Keep gates closed and locked when not in use. E. At the completion of Work across any tract of land restore fences to their original or better condition and to their original location. 1.08 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. Protect, share, brace, support, and maintain underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by construction operations. B. Restore to their original condition, pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with sod and shrubs in yards and parkings, whether within or outside the easement. C. Use new materials for replacements. D. Do not remove trees outside the permanent easement, except as authorized by Engineer. 1. Where practical, tunnel beneath trees in yards and parkings when on or near the line of trench. 2. Employ hand excavation as necessary to prevent tree injury. 3. Adequately protect trees left standing against damage by construction operations. E. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or men to or from the Work or any part or site thereof, whether by him or his subcontractors. F. Make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, any damaged property concerning its repair or O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r- City of Lubbock, Municipal Water Treatment - Contract 3 01010-4 O1 replacement or payment of costs incurred in connection 01 02 with the damage. 02 03 03 04 G. Keep fire hydrants and water control valves free from 04 05 obstruction and available for use at all times. 05 06 06 07 1.09 MAINTENANCE OF TRAFFIC 07 08 08 09 A. Conduct Work to interfere as little as possible with 09 10 public travel, whether vehicular or pedestrian. 10 11 1. Whenever it is necessary to cross, close, or obstruct 11 12 roads, driveways and walks, whether public or private, 12 13 provide and maintain suitable and safe bridges, 13 14 detours, or other temporary expedients for 14 15 accommodation of public and private travel. 15 16 16 17 1.10 OWNER OCCUPANCY 17 18 18 19 A. Owner will occupy the premises during the entire period of 19 20 construction for the conduct of his normal operations. 20 21 Cooperate with Owner in all construction operations to 21 22 minimize conflict, and to facilitate Owner usage. 22 23 23 24 1.11 PARTIAL OWNER OCCUPANCY 24 25 25 26 A. The Contractor shall schedule his operations for 26 27 completion of portions of the Work, as designated under 27 28 Sequence of Work, for the Owner's occupancy prior to 28 29 Substantial Completion of the entire work. 29 30 30 31 B. Owner will occupy new facilities for the purpose of 31 32 conducting his normal operations. 32 33 33 34 C. Immediately prior to Owner occupancy of new facilities 34 35 Engineer shall issue a certificate of occupancy 35 36 designating a date of occupancy and defining the area 36 37 occupied. 37 38 1. Contractor's responsibilities: 38 39 a. Allow access for Owner's personnel. 39 40 b. Allow access for public. 40 41 c. Allow operation of heating, ventilating and 41 42 electrical systems. 42 43 2. Owner's responsibilities: 43 44 a. Operate heating and ventilating system. 44 45 b. Assume responsibility for power requirements. 45 46 c. Assume responsibility for property insurance on 46 47 occupied areas. 47 48 d. Assume responsibility for security and fire 48 49 protection in occupied areas, but not extending to 49 50 protection of Contractor's materials and equipment 50 51 in occupied areas. 51 52 3. Other conditions of occupancy: 52 53 a. The correction period for the occupied Work shall 53 City of Lubbock, Municipal Water Treatment - Contract 3 r� 01010-5 01 commence at the'date of occupancy 01 02 02 03 1.12 SUBSTANTIAL COMPLETION 03 04 04 05 A. For the purposes of establishing when the project is 05 06 substantially complete and suitable for its intended 06 �. 07 purpose, the following functional components shall be 07 08 completed. 08 09 09 10 B. Functional components which shall be operational include: 10 11 1. Carbon Contact Basin. 11 12 2. Blower Building. 12 13 3. Chemical Building modifications. 13 14 4. Sludge Decanting Bed. 14 15 5. Flocculation and Sedimentation Basin improvements. 15 16 16 • 17 1.13 LINES AND GRADES 17 18 18 19 A. Construct all Work to the lines, grades and elevations 19 20 indicated on the drawings. 20 !` 21 1. Remove and reconstruct improperly located Work. 21 22 22 23 B. Engineer will establish or designate 2 basic horizontal 23 r- 24 and vertical controls points. 24 f 25 1. The horizontal and vertical control established or 25 26 designated by Engineer will consist of: 26 ., 27 a. Two horizontal points or one horizontal point and 27 28 a bearing. 28 29 b. One vertical point. 29 30 2. Use these points as datum for.the Work. 30 31 3. Provide, without charge, such competent men and tool, 31 32 stakes, and other materials as Engineer may require in 32 33 establishing or designating control points, in 33 34 establishing construction easement boundaries; or in 34 35 checking layout, survey, and measurement work 35 36 performed by Contractor. 36 37 37 38 C. Provide all additional survey, layout and measurement work 38 39 required. 39 40 1. Work performed by a qualified professional engineer or 40 r" 41 registered land surveyor acceptable to Engineer. 41 42 2. Locate and protect control points prior to starting 42 43 site work, and preserve all permanent reference points 43 44 during construction. 44 45 a. Make no changes or relocations without prior 45 46 written notice to Engineer. 46 �., 47 b. Report to Engineer when any reference point is 47 48 lost or destroyed, or requires relocation because 48 49 of necessary changes in grades or locations. 49 50 c. Require surveyor to replace Project control points 50 51 which may be lost or destroyed. 51 52 1) Establish replacements based on original 52 53 survey control. 53 r k City of Lubbock, Municipal Water Treatment - Contract 3 r 01010-6 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 3. Establish lines and levels, locate and lay out, by instrumentation and similar appropriate mean. a. Site improvements: 1) Stakes for grading, fill and topsoil placement. 2) Utility slopes and invert elevations. b. Batter boards for structures. c. Building foundation, column locations and floor levels. d. Controlling lines and levels required for the mechanical and electrical trades. 4. From time to time, verify layouts by the same methods. 5. Maintain a complete, accurate log of all control and survey work as it progresses. 6. On request of Engineer, submit documentation to verify accuracy of field engineering work. 1.14 REGULATORY REQUIREMENTS A. Comply with all federal, state and local laws, regulations, codes, and ordinances applicable to the Work. B. References in the Contract Documents to local codes shall mean the City of Lubbock, Texas. C. Other standards and codes which apply to the Work are designated in the Specifications. 1.15 CUTTING AND PATCHING A. Contractor shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the Work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the Work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming torequirements of'Contract Documents. 5. Remove samples of installed work as specified for testing. B. Provide products as specified or as required to complete cutting and patching operations. C. Inspection: 1. Inspect existing conditions of the Project, including elements subject to damage or to movement during cutting and patching. 2. After uncovering work, inspect the conditions affecting the installation of products, or performance of the work. 3. Report unsatisfactory or questionable conditions to City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 I 01010-7 F O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 the ,Engineer in writing; do not proceed with the work until the Engineer has provided further instructions. D. Preparation: 1. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the Work. 2. Provide devices and methods to protect other portions of the Project from damage. 3. Provide protection from the elements for that portion of the Project which may be exposed by cutting and patching work, and maintain excavations free from water. 4. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. 5. Restore work which has been cut or removed; install new products to provide completed Work in accord with requirements of Contract Documents. 6. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. END OF SECTION O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 r I City of Lubbock, Municipal Water -Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 01060-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 i 91L02 SECTION 01060 SPECIAL CONDITIONS PART 1 - GENERAL 1.01 PRECONSTRUCTION CONFERENCE A. A preconstruction conference shall be held at City of Lubbock, 600 Municipal Drive, Lubbock, TX 79457 after award of Contract. Engineer will notify the Contractor as to the date and time of the conference 2 weeks in advance of the proposed date. Owner's representative, Engineer, Contractor's Project Manager and Project Superintendent, and Contractor's Subcontractor Representatives shall attend. B. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected construction schedules. 2. Critical work sequencing. 3. Major equipment deliveries and priorities. 4. Project coordination: a. Designation of responsi.ble personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for Payment. 6. Adequacy of distribution of Contract Documents. 7. Procedures for maintaining record documents. 8. Use of premises: a. Office, work, and storage areas. b. Owner's requirements. 9. Construction facilities, controls, and construction aids. 10. Temporary utilities. 11. Safety and first -aid procedures. 12. Security procedures. 13. Housekeeping procedures. 1.02 PROJECT SIGNS A. Furnish and install one: 1. Contractor's standard sign approved by Owner. B. Install in location approved by Owner. 1.03 FIELD OFFICES City of Lubbock, Municipal,Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01060-2 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 A. General: 1. Establish a field office located at site of Project with telephone, telecopy, mailing address, and sanitary facilities. 2. Assure attendance at this office during the normal working day. Designate as the office of Contractor's Superintendent. 3. At this office, maintain complete field file of shop drawings, posted Contract Drawings and Specification, and other files of field operations including provisions for maintaining."As Recorded Drawings." B. Furnish for use by.the Engineer. 1. Services a. Access to drinking water and toilet facilities. b. Access to photcopier and facsimile machine. C. Remove Contractor's field offices from site upon acceptance of the entire work by the Owner. 1.04 SITE MAINTENANCE AND TEMPORARY PAINTING A. Paint and maintain in good repair temporary structures, fences, barricades and related items. B. Keep site clean of debris, rubble and paper. Store and stockpile materials in an orderly manner and protect against damage. C. Maintain conditions of access road to site such that access is not hindered as the result of construction related deterioration. 1.05 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE A. Refer to General Conditions. B. Contractor shall pick up all "no -charge" documents within 10 days from date of Notice to Proceed. C. Additional documents after "no -charge" documents will be furnished to Contractor at cost. 1.06 PROJECT PHOTOGRAPHS A. At least once each month during construction of the work, provide a professional photographer to take progress pictures as directed by Engineer. furnish three glossy prints (approximately 8 x 10 IN) and each negative, with all rights of reproduction, to Owner. Provide number of photographs as follows: 1. Five photos per month. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01060-3 7 r 0 r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 B. Contractor shall schedule and coordinate photographer with Engineer's Field Representative. C. Date all photographs. 1.07 PROJECT VIDEO A. In conjunction with Article 1.06 above, provide a professional photographer to videotape: 1. Operation and maintenance sessions. B. Video Required: 1. Operations and maintenance instruction sessions: a. Coordinate schedule to videotape all instructional sessions as specified in section 01340 and the individual equipment specification sections. b. Contractor shall pay all license fees and royalties and obtain and pay for all permits, agreements or licenses to videotape training sessions. . c. Manufacturer's standard training video tapes are acceptable as alternative to video taping instruction sessions, subject to approval by the Engineer. d. Identify each instruction session on audio portion: 1) Session topic or lesson. 2) Instructors name and affiliation. 3) Location of session. 4) Date and time. e. Tape cover jacket: 1) Identify each type with typed or printed title. 2) Instructional session. 3) Location. 4) Date and time. C. Provide individual videotape cassette for each instructional session. 1.08 TESTING A. Except as set out in other sections of Contract Documents, payment for soil, concrete and other testing is as follows: 1. Soils and concrete testing: The Owner will pay for "Passing" soils and "Passing" concrete tests on the Project. Costs of corrective action, costs of "Failing" soils and concrete tests, and cost of testing associated with establishment of mix design are the sole responsibility of the Contractor. 2. Other testing: Unless specifically stated otherwise in individual sections of specifications or drawings, City of Lubbock, Municipal water Treatment - Contract 3 01060-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 required testing, testing procedures, reports, 01 certificates, and costs associated with all phases of 02 securing required satisfactory test information which 03 may be required by individual sections of 04 specifications -or drawings are the full responsibility 05 of the Contractor. 06 07 1.09 ORDER OF CONSTRUCTION 08 09 A. Construction operations will be scheduled to allow the 10 Owner uninterrupted operation of existing adjacent 11 facilities. Coordinate connections with existing work to 12 ensure timely completion of interfaced items. 13 14 B. At no time shall Contractor or his employees modify 15 operation of the existing facilities or start construction 16 modifications without approval of the Owner except in 17 emergency to prevent or minimize damage. 18 19 1.10 PROJECT MEETINGS 20 21 A. The Engineer shall conduct construction meetings 22 involving: 23 1. Contractor's Project Manager. 24 2. Contractor's Project Superintendent. 25 3. Owner's designated Representative(s). 26 4. Engineer's designated Representative(s). 27 5. Contractor's subcontractors as appropriate to the work 28 in progress. 29 30 B. Conduct meetings monthly at the Project field office of 31. the Contractor. 32 33 C. The Engineer shall take meeting minutes and submit copies 34 of meeting minutes to participants and designated 35 recipients identified at the Preconstruction Conference. 36 Corrections, additions or deletions to the minutes shall 37 be noted and addressed at the following meeting. 38 39 D. The Engineer shall schedule meetings for most convenient 40 time frame. 41 42 E. The Engineer shall have available at each meeting full 43 chronological file of all previous meeting minutes. 44 45 F. The Contractor shall have available at each meeting 46 up-to-date record drawings. 47 48 G. Suggested Agenda: 49 1. Review of work progress. 50 2. Field observations, problems, and conflicts. 51 3. Problems that impede construction schedules. 52 4. Review of off -site fabrication and delivery schedules. 53 City of Lubbock, Municipal Water Treatment - Contract 3 po s, 01060-5 01 5. Corrective measures and procedures to regain projected 01 02 schedules. 02 r 03 6. Revisions to construction schedules. 03 04 7. Plan progress schedules during succeeding work period. 04 t 05 S. Coordination of schedules. 05 06 9. Review submittal schedules; expedite as required. 06 07 10. Maintenance of quality standards. 07 l 08 11. Review proposed changes for effect on construction 08 09 schedules and on completion dates. 09 r 10 12. Other business. 10 ! 11 11 . 12 1.11 SPECIAL CONSIDERATIONS 12 13 14 A. Contractor shall be responsible for negotiations of any 13 14 15 waivers or alternate arrangements required to enable 15 16 transportation of materials to the site. 16 17 17 18 END OF SECTION 18 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 01150-1 F 7 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91F19 PART 1 - GENERAL 1.01 SUMMARY SECTION 01150 APPLICATION FOR PAYMENT A. Submittal of applications for payment. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 FORMAT AND DATA REQUIRED A. Submit applications typed on AIA Document G702, G703; NSPE Document 1910-8-E, Application for Payment; or a similar form, with itemized data typed on 8-1/2 x 11 IN white paper continuation sheets. B. Provide itemized data on continuation sheet: 1. Format, schedules, line items, and values: Those of the Schedule of 'Values. 1.03 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including that for Change Orders executed prior to the date of submittal application. 2. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. 3. Execute certification with the signature of a responsible officer of the Contractor's firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of Work, with item 'number and the scheduled dollar value for each item. 2. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored, rounding off values to nearest dollar. 3. List each Change Order executed prior to the date of submission at the end of the continuation sheets: a. List by Change Order number and description, as for an original component item of work. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 PM i City of Lubbock, Municipal Water Treatment - Contract 3 01150-2 01 1.04 02 03 A. 04 05 06 07 08 09 10 11 12 13 14 B. 15 16 17 1.05 18 19 A. 20 21 22 8. 23 24 25 1.06 26 27 A. 28 29 30 B. 31 32 C. 33 34 35 36 1.07 37 38 A. 39 40 41 42 43 44 45 46 47 48 49 50 51 B. 52 53 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS When Owner or Engineer requires substantiating data, Contractor shall submit suitable information, with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products: a. Item number and identification as shown on application. b. Description of specific material. Submit one copy of data and cover letter for each copy of application. PREPARATION OF APPLICATION FOR FINAL PAYMENT Fill in application form as specified for progress payments. Use continuation sheet for presenting the final statement of accounting as specified in Section 01700. SUBMITTAL PROCEDURE Submit applications for payment to Engineer at the times stipulated in the General Conditions. Quantity: ,Five copies of each application. When Engineer finds the application properly completed and correct, he will transmit a Certificate for Payment to Owner, with a copy to Contractor. PAYMENTS Equipment Retention: 1. 25 percent of the value of equipment will be withheld until preliminary 0 & M Manuals are submitted. 2. $5,000 or 10 percent of the equipment value, (the lesser of the two) will be withheld until manufacturer's field services are provided except field services for Division 13 which will be $20,000 or 10 percent of the equipment value (the lesser of the two). 3. Ten Percent of the equivalent value will be withheld until final 0 & M Manuals are accepted. 4. Percentages for items 2 and 3 are additive. Failure to Submit Schedules and Plans: 1. Progress payments will be withheld if updated schedules are not submitted in accordance with Section 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01150-3 01 01310. 02 03 04 END OF SECTION i r r City of Lubbock, Municipal water Treatment - Contract 3 I O1 02 03 04 (THIS PAGE LEFT BLANK INTENTIONALLY) 01310-1 O1 91K08 SECTION 01310 02 03 CONSTRUCTION SCHEDULES 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. The Contractor shall prepare and submit to the Engineer 11 estimated construction progress schedules for the Work, 12 with subschedules of related activities that are essential 13 to its progress. 14 15 B. Submit revised progress schedules periodically, but not 16 less frequently than bimonthly. 17 18 C. Owner may require Contractor to add to his plant, 19 equipment, or construction forces, as well as increase the 20 working hours if operations fall behind schedule at any 21 time during the construction period. 22 23 D. Related Sections include but are not necessarily limited 24 to: 25 1. Division 0 - Bidding Requirements, Contract Forms, and 26 Conditions of the Contract. 27 2. Division 1 - General Requirements. 28 29 1.02 FORM OF SCHEDULES 30 31 A. Prepare schedules in the form of a horizontal bar chart: 32 1. Provide separate horizontal bar for each trade or 33 operation. 34 2. Horizontal time scale: Identify the first work day of 35 each week. 36 3. Scale and spacing: Allow space for notations and 37 future revisions. 38 4. Minimum sheet size: 11 X 17 IN. 39 40 B. Format of listings: 41 1. The chronological order of the start of each item of 42 work by: 43 a. Major building division. 44 b. Major element of work. 45 46 C. Identification of Listings: 47 1. By major specification section numbers. 48 49 1.03 CONTENT OF SCHEDULES 50 51 A. Construction progress schedule shall show: 52 1. The complete sequence of construction by activity. 53 2. The dates for the beginning and completion of each City of Lubbock, Municipal Water Treatment - Contract 3 01310-2 '01 major element of construction, specifically listing. 01 02 a. Site clearing. 02 03 b. Site utilities. 03 04 c. Foundation work. 04 05 d. Concrete formwork. 05 06 e. Concrete placement. 06 07 f. Subcontractor work. 07 08 g. Equipment installations. 08 09 h. Finishings. 09 10 3. Projected percentage of completion for each item, as 10 11 of the first day of each month. 11 12 4. Show overall percent complete, both projected and 12 13 actual. 13 14 14 15 B. Submittal schedules for shop drawings and product data 15 16 shall show: 16 .17 1. Dates for Contractor's submittals. 17 18 2. Dates approved submittals will be required from 18 19 Engineer. Extensions of time for delays in submittal 19 20 approval shall only be allowed as provided in Section 20 21 01340. 21 22 22 23 C. Product Delivery Schedules: 23 24 1. Show delivery dates for all major items of equipment. 24 25 25 26 D. Prepare and submit subschedules for each separate stage of 26 27 work specified in Section 01010. 27 28 28 29 E. Provide subschedules to define critical portions of prime 29 30 schedules. 30 31 31 32 F. Provide projection of cash flow requirements with 32 33 schedule. 33 34 34 35 1:04 PROGRESS REVISIONS 35 36 36 37 A. Indicate progress of each activity to date of submission. 37 38 38 39 B. Show changes occurring since previous submission of 39 40 schedule: 40 41 1. Major changes in scope. 41 42 2. Activities modified since previous submission. 42 43 3. Revised projections of progress and completion. 43 44 4. Other identifiable changes. 44 45 45 46 C. Provide a narrative report as needed to define: 46 47 1. Problem areas, anticipated delays, and the impact on 47 48 the schedule. 48 49 2. Corrective action recommended, and its effect. 49 50 3. The effect of changes on schedules of other prime 50 51 contractors. 51 52 52 53 1.05 SUBMISSIONS 53 City of Lubbock, Municipal Water Treatment - Contract 3 r f f 01310-3 ' 01 01 02 A. Submit initial schedules within 10 days after the 02 03 effective date of the agreement: 03 04 1. Engineer will review schedules and return review copy 04 05 within 10 days after receipt. 05 06 2. If required, resubmit within 7 days after return of 06 07 review copy. 07 08 08 09 B. Number of copies for each submission shall be as required 09 rj 10 by Section 01340 unless otherwise agreed to at the 10 t 11 Pre -Construction Conference. 11 12 12 13 1.06 DISTRIBUTION 13 14 14 15 A. Engineer will distribute copies of the accepted schedules 15 16 as following unless otherwise agreed to at the 16 17 Pre -Construction Conference: 17 18 1. One copy to Owner. 18 19 2. One copy to be retained in Engineer's file. 19 20 3. One copy to Resident Project Representative. 20 l 1 21 4. One copy to Contractor to be kept on file. 21 22 5. Remainder to Contractor for his distribution. 22 �^ 23 23 24 B. Schedule recipients will report promptly to Engineer and 24 25 Contractor, in writing, any problems anticipated by the 25 26 projections shown in the schedules. 26 27 27 28 END OF SECTION 28 29 29 4 7 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 01340-1 r- I F r i 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91LO2 SECTION 01340 01 02 SHOP DRAWINGS, PRODUCT DATA &SAMPLES, OPERATION AND 03 MAINTENANCE MANUALS, EQUIPMENT RECORD SHEETS 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. General: 11 1. Section Addresses: 12 a. Mechanics of Shop Drawing Process. 13 14 B. Related Sections include but are not necessarily limited 15 to: 16 1. Division 0 - Bidding Requirements, Contract Forms, and 17 Conditions of the Contract. 18 2. Division 1 - General Requirements. 19 3. Sections in Divisions 2 through 16 identifying 20 submittal requirements. 21 22 1.02 SUBMITTALS: GENERAL 23 24 A. Transmit all submittals to: 25 26 HDR Engineering, Inc. 27 12700 Hillcrest Rd., Suite 125 28 Dallas, TX 75230-2096 29 Attn: Mr. David Besinger, P.E. 30 31 B. Utilize two copies of attached Exhibit "A" to transmit all 32 shop drawings and samples. 33 34 C. Utilize two copies of attached Exhibit "B" to transmit all 35 Operation and Maintenance Manuals and Equipment Record 36 Sheets (Exhibits "Cl" and %2"). 37 38 D. All transmittals must be from Contractor and bear his 39 approval stamp. Transmittals will not be received from or 40 returned to subcontractors. 41 1. Shop drawing transmittal stamp shall read 42 "(Contractor's Name) represents that we have 43 determined and verified all field dimensions and 44 measurements, field construction criteria, materials, 45 catalog numbers, and similar data, and that we have 46 checked with the requirements of the Work and the 47 Contract Documents." Transmittalswill not be received 48 from or returned to subcontractors. 49 2. Operation and Maintenance Manual transmittal stamp may 50 be Contractor's standard approval stamp. 51 52 E. Provide submittal information defining specific equipment 53 r- City of Lubbock, Municipal Water Treatment - Contract 3 01340-2 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 or materials utilized on the project. Generalized product information not clearly defining specific equipment or materials to be provided will be rejected. F. Calculations required in individual specification sections will be received for information purposes only and will be returned stamped "E. Engineer's Review Not Required" to acknowledge receipt. G. Submittal Schedule: 1. Schedule of shop drawings: a. Submitted and approved within 20 days of receipt of Notice to Proceed. 2. Shop drawings: a. Submittal and approval prior to 50 percent completion. 3. Operation and Maintenance Manuals and Data Record Sheets: a. Initial submittal within 60 days after date shop drawings are approved. b. Full payment will not be made on any equipment or materials until an approved Operation and Maintenance Manual is received. H. Retainage will not be reduced below 10 percent until all shop drawings are approved. I. Final payment on the project shall not be made until final approved copies of all Operation and Maintenance Manuals including Equipment Record Sheets (with equipment serial numbers) have been received. J. All equipment, metering equipment, taps, wyes, and other devices affecting the CRMWA Aqueduct shall be subject to approval of the CRMWA. 1.03 SUBMITTALS: SHOP DRAWINGS A. Transmittal Mechanics: 1. Number transmittals consecutively beginning with 1. 2. Assure resubmitted items retain the original number but with an added suffix letter starting with "A." 3. Restrict each letter of transmittal to only one Specification Section or portion thereof. 4. Provide breakout of each transmittal component on transmittal form "A." Each.component thus defined will receive specific action by the Engineer. Define manufacturer, item, tag number, and Drawing/ Specification reference. 5. Do not change the scope of any resubmittal from the original transmittal scope. If some components of the original transmittal received "A" or "B" Action and others did not, resubmit the "A" or "B" Action O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 01340-3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 components in subsequent resubmittel packages. Provide a summary sheet containing all components of the original transmittal at the front of each resubmittal. Indicate each component as either A or B, "outstanding," or "submitted for action." Reference items previously receiving "A" or "B" Action to the transmittal in which"A" or "B" Action was received. "Outstanding" items are defined as items previously not receiving "A" or "B" Action and not yet resubmitted for re -review. Use this term "Submitted for action" to -indicate items which are included for review in the transmittal. 6. For 8-1/2 x 11 IN size sheets, provide four copies of each page for Engineer plus the number required by the Contractor. The number of copies required by the Contractor will be defined at the Preconstruction Conference, but shall not exceed 6. 7. For items not covered in paragraph 6, submit one reproducible transparency and one print of each drawing until approval is obtained. Utilize mailing tube; do not fold. The Engineer will mark and return the reproducible to the Contractor for his reproduction and distribution. 8. Provide clear space (3 IN SQ) for Engineer stamping of each component defined in A.S. 9. Contractor shall not use red color for marks on transmittals. Duplicate all marks on all copies transmitted, and ensure marks are photocopy reproducible. Outline Contractor marks on reproducible transparencies with a rectangular box. B. Transmittal Contents: 1. Coordinate and -identify shop drawing contents so that all items can be easily verified by the Engineer. 2. Identify equipment or material use, tag number, drawing detail reference, weight, and other project specific information. 3. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. 4. Submit items like equipment brochures, cuts of fixtures, product data sheets or catalog sheets on 8-1/2 x 11 IN pages. Indicate exact item or model and all proposed options. 5. Include legible scale details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout drawings, parts catalogs, rough -in diagrams, wiring diagrams, controls, weights and other pertinent data. Arrange data and performance information in format similar to that provided in Contract Documents. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01340-4 01 Provide, at minimum, the detail provided in the 01 02 Contract Documents. 02 03 6. If proposed equipment or materials deviate from the 03 04 Specifications or Drawings in any way, clearly note 04 05 the deviation and justify the said deviation in detail 05 06 in a separate letter immediately following transmittal 06 07 sheet. If explanation is not given, shop drawings 07 08 will be returned without action. 08 09 09 10 1.04 SUBMITTALS: SAMPLES 10 11 11 12 A. Identify sample as to: manufacturer, item, use, type, 12 13 project designation, tag number, specification section or 13 14 drawing detail reference, color, range, texture, finish 14 15 and other pertinent data. 15 16 16 17 B. Include application specific brochures, and installation 17 18 instructions. 18 19 19 20 C. Provide Contractor's stamp of approval on samples as 20 21 indication of his checking and verification of dimensions 21 22 and coordination with interrelated work. 22 23 23 24 D. Resubmit samples of rejected items. 24 25 ; 25 26 E. Approved samples submitted or constructed, constitute 26 27 criteria for judging completed work. Finished work or 27 28 items not equal to samples will be rejected. 28 29 29 30 F. Samples may be retained for comparison purposes. Remove 30 31 samples when directed. Include in bid all costs of 31 32 furnishing and removing samples. 32 33 33 34 1.05 SUBMITTALS: OPERATION AND MAINTENANCE MANUALS AND EQUIPMENT 34 35 RECORD SHEETS 35 36 36 37 A. Transmittal Mechanics: 37 38 1. See Paragraph 1.02 C. 38 39 2. Provide transmittal form for Operation and Maintenance 39 40 Manual with original number of the approved item plus 40 41 a suffix "0-M." 41 42 3. Submit two copies until approval is received. 42 43 4. Acceptable submittals will be retained with the 43 44 transmittal form returned with a request for five 44 45 additional copies. 45 46 5. Deficient submittals will be returned along with the 46 47 transmittal form which will be marked to indicate 47 48 deficient areas. 48 49 6. Identify resubmittals with the original number plus a 49 50 suffix letter starting -with "A." 50 51 7. Submit Operation and Maintenance Manuals printed on 51 52 8-1/2 x 11 IN size heavy first quality paper with 52 53 standard three -hole punching and bound in stiff metal 53 City.of Lubbock, Municipal Water Treatment - Contract 3 01340-5 7 P r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 hinged binder constructed as'a three-ring style. Provide binders with titles on front and on spine of binder. Tab each section of manuals for easy reference with plastic -coated dividers. Provide index for each manual. Provide plastic sheet lifters prior to first page and following last page. 8. Reduce drawings or diagrams bound in manuals to an 8-1/2 x 11 IN'or 11 x 17 IN size. However, where reduction is not practical to ensure readability, fold larger drawings separately and place in vinyl envelopes which are bound into the binder. Identify vinyl envelopes with drawing numbers. B. Transmittal Content: 1. Submission of Operation and Maintenance Manuals is applicable but not necessarily limited to: a. Major equipment. b. Equipment used with electrical motor loads of 1/6 HP nameplate or greater. c. Specialized equipment including valves and instrumentation and control system components for HVAC and process systems such as meters, recorders, and transmitters. d. Valves greater than 12 IN DIA. e. Water control gates. 2. Prepare operation and maintenance manuals which include,, but are not necessarily limited to, the following detailed information, as applicable: a. Equipment function, normal operating characteristics, limiting operations. b. Assembly, disassembly, installation, alignment, adjustment, and checking instructions. c. Operating instructions for start-up, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to "troubleshooting." f. Parts list and predicted life of parts subject to wear. g. Warranty, bond and service contract (if applicable), including: 1) Proper procedures in event of breakdown. 2) Instances that might affect validity of warranties or bonds. h. Outline, cross-section, and assembly drawings; engineering data; and electrical diagrams, including elementary diagrams, wiring diagrams, connection.diagrams, word description of wiring diagrams and interconnection diagrams. i. Test data and performance curves. J. A list of recommended spare parts with a price list and a list of spare parts provided under these specifications. Where applicable, list parts suppliers other than the unit manufacturer. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01340-6 01 k. Copies of installation instructions, parts lists 01 02 or other documents packed with equipment when 02 03 delivered. 03 04 1. Instrumentation or tag numbers relating the 04 05 equipment back to the Contract Documents. 05 06 m. Include a filled -out copy of the Equipment Record 06 07 Sheet as the first page(s) and the Manufacturer's 07 08 Field Service report as the final page(s) of each 08 09 Operation and Maintenance Manual. Complete 09 10 maintenance requirements in detail. Simple 10 11 reference to the Manual is not acceptable. 11 12 n. For equipment items involving components or 12 13 subunits, an Equipment Record Sheet for each 13 14 operating component or subunit is required. 14 15 15 16 C. Instruction of Owner's Personnel: 16 17 1. Prior to final inspection or acceptance, fully 17 18 instruct Owner's designated operating and maintenance 18 19 personnel in the operation, adjustment, and 19 20 maintenance of all products, equipment, and systems. 20 21 2. Operating and maintenance manual shall constitute the 21 22 basis of instruction. 22 23 a. Review contents of manual with personnel in full 23 24 detail to explain all aspects of operations and 24 25 maintenance. 25 26 3. Video tape on VHS all instruction sessions and provide 26 27 tape to Engineer following completion of sessions as 27 28 specified in Section 01060. 28 29 4. Additional requirements for specialized instruction of 29 30 Owner's personnel are given in the detailed equipment 30 31 specifications. 31 32 32 33 1.06 SUBMITTALS: SHOP DRAWINGS: ENGINEER'S REVIEW ACTION 33 34 34 35 A. Items within transmittals will be reviewed for overall 35 36 design intent and will receive one of the following 36 37 actions: 37 38 38 39 A - FURNISH AS SUBMITTED 39 40 B - FURNISH AS NOTED (BY ENGINEER) 40 41 C - REVISE AND RESUBMIT 41 42 D - REJECTED 42 43 E - ENGINEER'S REVIEW NOT REQUIRED 43 44 44 45 B. Transmittals received will be initially reviewed to 45 46 ascertain inclusion of Contractor's approval stamp. 46 47 Drawings not stamped by the Contractor or stamped with a 47 48 stamp containing language other than that specified in 48 49 Paragraph 1.02 D will not be reviewed for technical 49 50 content and will be returned without any action. 50 51 51 52 C. Transmittals returned with Action "A" or "B" are 52 53 considered ready for fabrication and installation. If for 53 City of Lubbock, Municipal Water Treatment - Contract 3 r I r G 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 01340-7 any reason a transmittal that has an 'Am or "B" Action is 01 resubmitted, it must be accompanied by a letter defining 02 the changes that have been made and the reason for the 03 resubmittal. Destroy or conspicuously mark "SUPERSEDED" 04 all documents having previously received "A" or "B" Action 05 that are superseded by a resubmittal. 06 07 D. Transmittals with Action "A" or "B" combined with Action 08 "C" (Revise and Resubmit) or "D" (Rejected) will be 09 individually analyzed giving consideration as follows: 10 1. The portion of the transmittal given "C" or "D" will 11 not be distributed (unless previously agreed to 12 otherwise at the Preconstruction Conference). One 13 copy or the one transparency of the "C" or "D" 14 drawings will be marked up'and returned to the 15 Contractor. Correct and resubmit items so marked. 16 2. Items marked "A" or "B" will be fully distributed. 17 3. If a portion of the items or system proposed are 18 acceptable, however, the major part of the individual 19 drawings or documents are incomplete or require 20 revision, the entire submittal may be given "C" or "D" 21 Action. This'is at the sole discretion of the 22 Engineer. In this case, some drawings may contain 23 relatively few or no comments or the statement, 24 "Resubmit to maintain a complete package." 25 Distribution to the Owner and field will not be made 26 (unless previously agreed to otherwise). 27 28 E. Failure to include any specific information specified 29 under the submittal paragraphs of the specifications will 30 result in the transmittal being returned to the Contractor 31 with "C" or "D" Action. 32 33 F. In addition to calculations stamped and returned "E. 34 Engineer's Review Not Required," other transmittals such 35 as submittals which the Engineer considers as "Not 36 Required," submittal information which is supplemental to 37 but not essential to prior submitted information, or items 38 of information in a transmittal which have been reviewed 39 and approved in a prior transmittal, will be returned with 40 Action "E. Engineer's Review Not Required." 41 42 END OF SECTION 43 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) Exhibit A r E Shop Drawing Transmittal No. Project Name: Date Received: Project Owner. Checked By: Contractor: HDR Engineering, Inc. PROP. Address: Ann.: Address: HDRT No.: Spec. Section: Ann.: Pransmittal Date: 1st Sub. U ReSub. U revious T Date Transmitted: Copies Description Manufacturer IDwg. or Data No. Action Taken' I 1 Remarks: L 'The Action Designated Above is in Accordance with the Following Legend: A - Fumish as Submitted B - Fumish as Noted C - Revise and Submitt 1. Not enough information for review. 2. No reproducibles submitted. 3. Copies illegible. 4. Not enough copies submitted. S. Wrong sequence number. 6. Wrong resubmittal suffix. 7. Wrong spec. section. S. Wrong form used. 9. See comments. Comments: D - Rejected E - Engineer's review not required 1. Submittal not Required. 2. Supplemental Information. Submittal retained for informational purposed only. 3. Information reviewed and approved on prior submittal. 4. See comments. L_ By Date Distribution: Contractor U File U Ver 1.0 June 1990 Field U Owner U Other (J (THIS PAGE LEFT BLANK INTENTIONALLY) Exhibit B �Z 4 & M Manual Transmittal No. Project Name: Date Received: Project Owner: Checked By: Contractor: Address: Transmitted: Owner: tAg Page: Address: HDR No.: Spec. Section: 1st. Sub. Li ReSub. LJDate Pevious Tran rsmittal Date: (No {Copies Description of Item Manufacturer Dwg. or Data No. Action Taken' I I Remarks: To: From: HOR Engineering, Inc. Date: 'The Action Designated Above is in Accordance with the Following Legend: A - Acceptable, Provide five additional Copies 5. Lubrication & maintenance instructions. 6. Troubleshooting guide. B - Fumish as Noted 7. Parts list and ordering instructions. 8. Organization (index and tabbing). C - Revise and Resubmit. 9. Wiring diagrams & schematics specific to This Operation and Maintenance Manual Submittal installation. is deficient in the following areas: 10. Outline, cross section & assembly diagrams. 1. Equipment record sheets. 11. Test data & performance curves. 2. Functional description. 12. Tag or equipment identification numbers. 3. Assembly, disassembly, installation, alignment, 13. Other - see comments. adjustment & checkout instructions. 4. Operating instructions D - Rejected Comments: 1 By Date Distribution: Contractor LJ File LJ Ya 1.0 June 19W Field LJ Owner L Other LJ No Text Exhibit Cl r r r 7 la Equipment Recort Equipment Maintenance Data Summary Protect Name lPne of Equip. DescrtpWn jDato lnstailed Data Started Equlp. Location Cost Estlmawd Life Project Equip. Tap No. Shop Dwq. Trans. No. Spec. Sec. Equlp. Marlin. Marluf. Addrns I "Wo L=W Varldor Vendor Addrns Poo BREAK-IN MAINTENANCE REQUIREMENTS (INITIAL OIL CHANGES, ETC.) FFFFFF(�` F Ff l�Ff FFF- F FFFFFF FFF PREVENTIVE MAINTENANCE REQUIREMENTS D rr� S A Hours FFFFFFf r FFFFFI FFF FFFF- FFFFF -- FF F FI FFFFFF� FFFFFF(�- FFFFFI-- RECOMMENDED SPARE PARTS ELECTRICAL NAMEPLATE DATA Part No. Part Narne Quanory Equip. I — F-- Make �— �— Serial No. JVNo. �— F-- Model No. Frame No. F— HP IV. JAM. jHZ r I ! 1 r F` PH RPM Code iW G. ISF IDuly IDOL ITYPO F— F-- Nerna IC AM. lTwnp, Rlse Rating �— Misc. —r �— MECHANICAL NAMEPLATE DATA F— Equip' (�— I me �— �— Serial No. D No. �— Model No. I Frartle No. 1 — HP RPM ICap. Size TDH I Imp. Sz. IDes. JCFM �— PSI JAM. No. Can No. VN 1.0 Jurw 1990 ILubricant information on following Page No Text Exhibit C2 r I I Equipment Record Lubrication Summary Equipment OPscription Project Equip. Tap No. Page of Lubricant Point Manuf= or Product A3MA s SAE IF SO gf` Fl I ( F Lubricant Point Manufacturer Product AGMA / SAE ! ISO S Lubrkcant Point Manufacuxer Product AGMA # SAE # ISO 1' F Lubricant Point Manufacturer Product F AGMA a F SAE a F ISO I' F-F-F- Lubricant Point Manufacturer Product AGMA IF SAE ! �_ fl2 IS Lubricant Point Manufacturor Product F AGMA 1 SAE # i ISO 1` F_r-�_ F r J 1- �� I Lubricant Point Manufacturer I` Product AGMA # SAE rt � ISO Ver 1.0 June 1990 No Text 7 01370-1 r 7 r- i O1 02 03 04 05 06 O7 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91F13 PART 1 - GENERAL 1.01 SUMMARY SECTION 01370 SCHEDULE OF VALUES A. Submit to Engineer a Schedule of Values allocated to the various portions of the Work within 10 days after Effective Date of Agreement. B. Upon request of Engineer, support the values with data that will substantiate correctness. C. An unbalanced Schedule of Values providing overpayment of Contractor on items -of the Work that will be performed early will not be accepted. D. Revise and resubmit the Schedule of Values until acceptable to Engineer. No Applications for Payment shall be submitted until Schedule of Values is accepted. E. The Schedule of Values, when accepted by Engineer, shall be used only as the basis for the Contractor's Applications for Payment. F. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 FORM AND CONTENT OF SCHEDULE OF VALUES A. 8-1/2 x 11 IN white paper. B. Contractor's standard forms and automated printout will be considered for approval by Engineer upon Contractor's request. C. Identify schedule with: 1. Title of Project and location. 2. Engineer and Project number. 3. Name and address of Contractor. 4. Contract designation. 5. Date of submission. D. List the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r- i City of Lubbock, Municipal Water Treatment Contract 3 01370-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 E. Follow the Table of Contents of this Document as the format for listing component items: 1. Identify each line item with the number and title of the respective major section of the Specifications. 2. List subvalues of major products or operations under the item: a. For concrete values, include: 1) Forming. 2) reinforcing steel. 3) concrete: b. For each structure, list concrete values as follows: 1) Slab on grade. 2) Footings. 3) Walls. 4) Elevated slabs and beams. 5) Miscellaneous fill concrete. F. Such items as bond and insurance premiums, temporary construction facilities, and job mobilization and demobilization shall be listed separately. G. For the Various Portions of the Work: 1. Each item shall include a directly proportional amount of the Contractor's overhead and profit. 2. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded. b. The total value of labor for installing the material, including Contractor's overhead and. profit. 3. Submit a subschedule for each separate stage of Work specified in Section 01010. H. The sum of all values listed in the schedule shall equal the total Contract Price. 1.03 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Submit a subschedule of unit costs and quantities for: 1. Products on which progress payments will be requested for stored products. B. The form of submittal shall parallel that of the Schedule of Values, with each item identified the same as the line item in the Schedule of Values C. The unit quantity for bulk materials shall include an allowance for normal waste. D. The unit value for the materials shall be broken down into: O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 01370-3 01 1. Cost of the material, delivered and unloaded at the 02 site, with taxes paid. ,.. 03 2. Installation costs, including Contractor's overhead 04 and profit. 05 06 E. The installed unit value multiplied by the quantity listed r 07 shall equal the cost of that item in the Schedule of 08 Values. 09 r- 10 END OF SECTION r �I r+b i; 3 t- City of Lubbock, Municipal Water Treatment - Contract 3 i 01 02 03 04 05 06 07 08 09 10 (THIS PAGE LEFT BLANK INTENTIONALLY) I 01500-1 F 7 I O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91L02 SECTION 01500 01 02 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Construction facilities and temporary controls. 11 12 B. Related Sections include but are not necessarily limited 13 to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 1$ 1.02 QUALITY ASSURANCE 19 20 A. Referenced Standards: 21 1. Comply with applicable federal, state, and local laws, 22 codes, regulations and ordinances. 23 2. Comply with utility company requirements. 24 25 26 PART 2 - PRODUCTS 27 28 2.01 GENERAL 29 30 A. Products shall be new or used and must be serviceable, 31 adequate for the intended purpose, and must not violate 32 the requirements of any applicable codes or standards. 33 34 B. Owner will pay all costs to operate existing plant. 35 36 2.02 TEMPORARY UTILITIES 37 38 A. Power: 39 1. Contractor may use existing receptacle outlets for 40 small power tools with 120 Y, single-phase, 15 amp, 41 and grounding connection plugs at no charge for power 42 energy. 43 a. Use of existing receptacle outlets shall be in 44 such a manner to minimize inconvenience to Owner 45 and his employees. The contractor shall insure 46 use of receptacles will not overload circuits. 47 b. Provide any required extension cords. 48 c. Extension cords shall be supported or guarded to 49 positively prevent any hazard of any kind to 50 Owner's personnel. Extension cords not in use 51 shall be removed. Contractor shall relocate any 52 extension cords deemed by the Owner as hazardous. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01500-2 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 2. Equipment testing: 01 a. Owner will pay for energy. 02 b. Contractor to pay all costs for temporary wiring, 03 if required. 04 3. Arrange for and pay all costs associated with power 05 service to the Contractor's field offices and to 06 Contractor's storage sheds, and pay all costs for 07 energy used. 08 4. Where no receptacle outlet is available and for 09 construction equipment larger than 15 amps, 120 V, 10 single-phase, arrange for and pay all costs associated 11 with temporary power service either from the local 12 utility or a portable engine -generator. 13 5. Pay all costs for installation and removal of service, 14 and power used. 15 16 B. Water: 17 1. Provide all water required for construction purposes 18 except as otherwise indicated. 19 2. Provide all drinking water required by personnel. Pay 20 all costs. 21 3. To extent available, water from existing plant may be 22 used for structure leakage testing required by Section 23 01650. 24 4. Provide temporary pumping, piping and valves, as 25 necessary. 26 27 C. Sanitary and Personnel Facilities: 28 1. Provide sanitary facilities: 29 a. As required by laws and regulations. 30 b. Not less than one facility. 31 c. Not less than one facility for every 20 employees 32 of Contractor and subcontractors at the site. 33 2. Service, clean and maintain facilities and enclosures. 34 3. Do not permit construction personnel to use Owner's 35 sanitary or personnel facilities. 36 37 D. Telephone Service: 38 1. Provide telephone service: 39 a. In Contractor's field office: 40 1) One direct line instrument with call waiting 41 service. 42 2) One facsimile machine with direct line. 43 3) One direct -line instrument for subcontractors 44 use. 45 4) Other instruments at Contractor's option. 46 2. Pay all costs for installation and removal of 47 telephone and for local service. 48 3. Toll charges shall be paid by the party placing the 49 call. 50 4. No incoming calls allowed to Owner's plant telephone 51 system. 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01500-3 n r r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 31 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 E. Temporary Heating and Ventilation: 01 1. Provide temporary heating and ventilation as required 02 to maintain adequate environmental conditions to 03 facilitate progress of the Work, to meet specified 04 minimum conditions for the installation of materials, 05 and to protect materials and finishes from damage due 06 to temperature or humidity. 07 2. Provide adequate forced ventilation of enclosed areas 08 to cure installed materials, to disperse humidity, and 09 to prevent hazardous accumulations of dust, fumes, 10 vapors or gases. 11 3. Portable heaters shall be standard approved units 12 complete with controls. 13 4. Pay all costs of installation, maintenance, operation, 14 removal, and for fuel consumed. 15 16 2.03 CONSTRUCTION AIDS 17 18 A. Provide construction aids and equipment required by 19 personnel and to facilitate the execution of the work: 20 1. Scaffolds. 21 2. Staging. 22 3. Ladders. 23 4. Stairs. 24 5. Ramps. 25 6. Runways. 26 7. Platforms. 27 S. Railways. 28 9. Hoists. 29 10. Cranes. 30 11. Chutes. 31 12. Other such facilities and equipment. 32 33 B. Completely remove temporary materials, equipment, and 34 services at completion of the Project. 35 ' 36 C. Grade the areas of the site affected by temporary 37 installations to required elevations and slopes, clean the 38 area, and restore to original condition or to specified 39 condition. 40 41 D. Contractor is not to use or ask others to provide use of 42 plant machinery, including carts and forklifts. 43 44 E. Provide ear protection for personnel as required. 45 46 2.04 BARRIERS 47 48 A. Fencing: 49 1. The site of the Work is not totally fenced. 50 2. Provide any additional fencing required to protect 51 products or to ensure public safety and the safety of 52 Owner's employees. The placement of temporary fencing 53 City of Lubbock, Municipal Water Treatment - Contract 3 01500-4 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 is subject to approval of the Owner. 01 02 B. Barriers: 03 1. Provide suitable barriers as required for public 04 protection and protection of Owner's employees. 05 06 2.05 ENTRY ROADS 07 08 A. Contractor may use existing roadways for access to the 09 extent practical and shall provide additional access roads 10 and parking required for the Contractor's personnel or 11 operations. 12 1. Provide access to treatment plant parking area at all 13 times. 14 2. Maintain drainageways.' 15 3. Control dust by daily sprinkling of water or other 16 methods acceptable to Engineer. 17 4. Provide gravel, crushed rock or other stabilization 18 material to permit access by all motor vehicles at all 19 times. 20 5. Maintain road grade and crown to eliminate "potholes," 21 rutting and other irregularities that restrict access. 22 6. Maintain one traffic lane at times when underground 23 construction is being conducted. Provide detours, 24 barriers, and traffic control. 25 7. Coordinate all detours and other operations affecting 26 traffic and access with Engineer. Provide at least 72 27 NR notice of any operations that will alter access to 28 the treatment plant. 29 30 31 PART 3 - EXECUTION 32 33 3.01 TEMPORARY UTILITIES 34 35 A. Maintain and operate systems to assure continuous service. 36 37 B. Modify and extend systems as work progress requires. 38 39 C. Completely remove temporary materials and equipment when 40 their use is no longer required. 41 42 D. Clean and repair damage caused,by temporary installations 43 or use of temporary facilities. 44 45 3.02 CONSTRUCTION AIDS 46 47 A. Relocate construction aids as required by progress of 48 construction, storage or Work requirements, and to 49 accommodate legitimate requirements by Owner. 50 51 B. Completely remove temporary materials, equipment and 52 services at completion of the Project. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01500-5 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 C. Clean and repair damage caused by installation or by use of temporary facilities: 1. Remove foundations and underground installations for construction aids. 2. Grade the areas of the site affected by temporary installations to required elevations and slopes, and clean the area. 3.03 BARRIERS A. Install facilities of a neat and reasonably uniform appearance, structurally adequate for the required purposes. B. Relocate barriers as required by progress of construction. C. Completely remove barriers, including foundations, when construction has progressed to the point that they are no longer needed. D. Clean and repair damage caused by installation, fill and grade the areas of the site to required elevations and slopes, clean the area and restore to specified condition or, if not specified, to original condition. 3.04 FIELD OFFICE AND STORAGE SHEDS A. Fill and grade sites for temporary structures to provide surface drainage. B. Construct temporary field offices and storage sheds on proper foundations, provide connections for utility services: 1. Secure portable or mobile buildings when used. 2. Provide steps and landings at entrance door. C. Mount thermometer at convenient outside location, not in direct sunlight. D. Remove temporary field offices, contents and services at a time they are no longer needed. E. Remove storage sheds when they are no longer needed. F. Remove foundations and debris, grade the site to required elevations, clean the areas and restore to specified condition or, if not specified, to original condition. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 01600-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91F13 SECTION 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Scheduling of product delivery. 2. Packaging of products for delivery. 3. Protection of products against damage from: a. Handling. b. Exposure to elements or harsh environments. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. C. Payment: 1. No payment will be made to Contractor for equipment not properly stored and insured. a. Previous payments for items will be deducted from subsequent progress estimate(s) if proper storage procedures are not observed. 1.02 QUALITY ASSURANCE A. Qualifications: 1. Follow manufacturer's written directions for storage and handling. 1.03 DELIVERY, STORAGE, AND HANDLING A. Scheduling: 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. B. Packaging: 1. Deliver products or equipment in manufacturer's original unbroken cartons or other containers, clearly and fully marked and identified as to manufacturer, item, and installation location. Provide manufacturer's instructions for storage. C. Protection: 1. Protect all products or equipment in accordance with manufacturer's written directions. a. Store products or equipment in location to avoid r City of Lubbock, Municipal Water Treatment - Contract 3 01600-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 physical damage to items while in storage. b. Handle products or equipment in accordance with manufacturer's recommendations and instructions. 2. Protect equipment from exposure to elements and keep thoroughly dry. 3. Store pumps, motors, electrical equipment, and other equipment having antifriction or sleeve bearings in weathertight warehouses which are maintained at a temperature of at least 60 DegF. 4. When space heaters are provided in equipment, connect and operate heaters during storage until equipment is placed in service. PART 2 PRODUCTS (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.01 STORAGE FACILITIES A. Provide a weatherproof temporary storage building specifically for the purpose of providing for protection of products and equipment. Size building to accommodate anticipated storage items. Provide methods of storage of products and equipment off the ground. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. Provide this structure within 60 days after Notice to Proceed. Locate building on -site where shown on the Drawings or in location approved by Engineer. Remove building from site prior to startup and demonstration period. 3.02 FIELD QUALITY CONTROL A. Inspect all products or equipment delivered to the site prior to unloading. Reject all products or equipment that are damaged, used, or in any other way unsatisfactory for use on Project. B. Monitor storage area to ensure suitable temperature and moisture conditions are maintained.' END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 City of Lubbock, Municipal Water Treatment Contract 3 01640-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91L02 PART 1 - GENERAL 1.01 SUMMARY SECTION 01640 PRODUCT SUBSTITUTIONS A. General work included in this Section: 1. The procedure for requesting substitution approval for a product which is defined in the Contract Documents by using a manufacturer's or vendor's name, trade name, catalog number or other specific reference. B. Related Sections include but are not necessarily limited to: 1. Division 1. C. Requests for Substitution - General: 1. Base all bids on materials,, equipment, and procedures specified. 2. Certain types of equipment and kinds of material are described in specifications by means of trade names and catalog numbers and/or manufacturer's names. Where this occurs, used, it is not intended to exclude from consideration such type of equipment bearing other trade names, catalog numbers and/or manufacturer's names, capable of accomplishing the same tasks as the types of equipment or kinds of material specifically indicated. 3. Other types of equipment and kinds of material may be acceptable to Owner and Engineer. 4. Types of equipment, kinds of material and methods of construction, if not specifically indicated must be approved in writing by Engineer and agreed upon by owner prior to letting of Contract. D. Before Submission of Proposals: 1. Bidder may request substitution of Product at Bidder's option. 2. Requests must be received by Engineer at least 14 calendar days prior to bid date. Requests received after that time will not be considered. 3. No substitution permitted after letting of Contract, except as indicated herein. E. After Award of Contract: 1. Contractor may request substitution of Product only due to non -availability of specified Product, due to strike, lockout, bankruptcy, discontinuancy of production, proven shortage, or similar occurrence. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01640-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 1.02 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, Contractor represents: I. He has investigated proposed product, and has determined that it is equal. or superior in all respects to that specified, and that it will perform function for which it is intended. 2. He will provide same guarantee for substitute item as. for product specified. 3. He will coordinate installation of accepted substitution into work, to include building modifications.if necessary, making such changes as may be required for work to be complete in all respects. 4. He waives all claims for additional costs related to substitution which subsequently arise. 1.03- DEFINITIONS A. Product: Manufactured material or equipment. 1.04 PROCEDURE FOR REQUESTING SUBSTITUTION A. Written requests, through Contractor only. B. Transmittal Mechanics: 1. Follow the transmittal mechanics prescribed for shop drawings in Section 01340. 2. Utilize the REQUEST FOR PRODUCT SUBSTITUTION Form, Exhibit A, attached to this Section to transmit all request. C. Submit original plus two copies of request for substitution containing the following: 1. Product identification: a. Manufacture's name. b. Telephone number and representative contact name. c. Specification section or drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents. 2. Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents. 3. Itemized comparison of original and proposed product addressing product characteristics including but not necessarily limited to: a. Size. b. Composition or materials of construction. c. Weight. d. Electrical or mechanical requirements. 4. Product.experience: a. Location of past projects utilizing product. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 F 01640-3 r r E r r 7 7 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 J d b. Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product. c. Available field data and reports associated with proposed product. 5. Data relating to changes in construction schedule. 6. Accurate cost data on proposed substitution in comparison with product or method specified. B. Samples: 1. Submit if specifically requested by Engineer. Full size samples may be required. 2. Held until substantial completion. 3. Engineer not responsible for loss or damage to samples. C. Submit requests to: HDR Engineering, Inc. 12700 Hillcrest Road Suite 125 Dallas, Texas 75230 Attention: Dave Besinger 1.05 APPROVAL OR REJECTION A. Written approval or rejection of substitution given by the Engineer. 1. An Addenda listing approved substitutions will be published for substitution requested in accordance with 1.01 D of this specification. No verbal or written approvals other than by Addenda will be valid. 2. Written approval or rejection of a substitution requested by the Contractor due to the conditions described in 1.01 E will be approved by the Engineer. B. Engineer reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. C. In event a substitution as approved due to conditions described in 1.01 E of this specification results in a change of Contract price or time, provisions in General Conditions will be applied for adjustment. D. Substitutions will be rejected if: 1. Submittal is not through the Contractor with his stamp of approval. 2. Requests are not made in accordance with this Section. 3. In the Engineer's opinion, acceptance will require substantial revision of the original design. 4. In the Engineer's opinion, substitution is not equal to original product specified or will not perform adequately the function for which it was intended. City of Lubbock, Municipal Water Treatment -,Contract 3 01640-4 01 02 E. After written approval, Contractor shall follow shop 03 drawing procedures defined in Section 01340. 04 05 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract F 01650-1 01 l 02 03 r 04 L 05 06 07 08 09 10 14 15 16 ,M 17 18 € 19 20 21 22 23 24 25 26 27 28 29 30 r 31 f 32 33 34 35 36 37 38 39 40 41 42 43 �.. 44 45 46 47 48 49 50 51 52 53 F 91K11 PART 1 - GENERAL 1.01 SUMMARY SECTION 01650 STARTUP A. Section Includes: 1. Procedures and actions, required of the Contractor, which are necessary to achieve and demonstrate Substantial Completion. 2. Requirements for Substantial Completion Submittals. 1.02 DEFINITIONS A. Pre -Demonstration Period: The period of time, of unspecified duration after initial construction and installation activities during which Contractor, with assistance from manufacturer's representatives, performs in the following sequence: 1. Equipment startup. 2. Personnel training. B. Demonstration Period: A period of time, of specified duration, following the Pre -Demonstration Period, during which the Contractor initiates process flow through the facility and starts up and operates the Project components, without exceeding specified downtime limitations, to prove the functional integrity of the mechanical, electrical and control interfaces of the respective equipment and components comprising the facility as evidence of Substantial Completion. 1.03 SUBMITTALS A. Submit in the chronological order listed below prior to the completion of the Pre -Demonstration Period. 1. Master operation and maintenance training schedule: a. Submit 30 days (minimum) prior to first training session for Owner's personnel. b. Schedule to include: 1) Target date and time for Owner witnessing of each system initial start-up. 2) Target date and time for Operation and Maintenance training for each system, both field and classroom. 3) Target date for initiation of Demonstration Period. c. Schedule to be reviewed for approval by Owner. d. Schedule shall accommodate holidays observed by the Owner. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 01650-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 e. Attend a schedule planning and coordination meeting 90 calendar days prior to first anticipated training session. 1) Provide a status report and schedule -to -complete for requirements prerequisite to manufacturer's training. 2) Identify initial target dates for individual manufacturer's training sessions. f. Owner reserves the right to insist on a minimum 7 days' notice of rescheduled training session not conducted on master schedule target date for any reason. g. Schedule to be resubmitted until approved. 2. Substantial Completion Submittal: a. Contractor's Notice of Substantial Completion and Request for Inspection. b. Approved Operation and Maintenance manuals received by Engineer minimum 1 week prior to scheduled training. c. Written request for Owner to witness each system pre -demonstration startup. Request to be received by Owner minimum 1 week before scheduled training of Owner's personnel on that system. d. Equipment installation and pre -demonstration startup certifications. e. Letter verifying completion of all pre -demonstration startup activities including receipt of all specified items from manufacturers or suppliers as final item prior to initiation of Demonstration Period. 1.04 FACILITY STARTUP A. Contractor to pay all costs associated with Facility Startup. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.01 GENERAL A. Facility Startup Divided into Two Periods: 1. Pre -Demonstration Period: a. Finishing type construction work to bring Project to a state of Substantial Completion. b. Equipment Startup. c. Personnel training. 2. Demonstration Period: a. Demonstration of functional integrity of facility. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 we E F: 01650-3 r 01 4 02 03 04 05 06 07 08 09 10 11 12 13 r 14 15 16 r 17 18 19 20 21 22 23 24 25 26 r27- 28 29 31 3 32 33 34 35 36 f 37 f, 38 39 40 41 42 43 44 I 45 46 r- 47 48 49 i• 50 52 53 3.02 PRE -DEMONSTRATION PERIOD A. Equipment Startup: 1. Requirements for individual items of equipment are included in Divisions 2 through 16 of these Specifications. 2. During Equipment Startup, Contractor will prepare the equipment so it will operate properly and safely and be ready to demonstrate functional integrity during the Demonstration Period. 3. Procedures include but are not necessary limited to the following: a. Test or check and correct deficiencies of: 1) Power, control, and monitoring circuits for continuity prior to connection to power source. 2) Voltage of all circuits. 3) Phase sequence. 4) Cleanliness of connecting piping systems. 5) Alignment of connected machinery. 6) Vacuum and pressure of all closed systems. 7) Lubrication. 8) Valve orientation and position status for manual operating mode. 9) Tankage for integrity using clean water. 10) Pumping equipment using clean water. 11) Tagging and identification systems. 12) All equipment: Proper connections, alignment, calibration and adjustment. b. Calibrate all safety equipment. c. Manually rotate or move moving parts to assure freedom of movement. d. "Bump" start electric motors to verify proper rotation. e. Perform other tests, checks, and activities required to make the equipment ready for Demonstration Period. f. Documentation: 1) Prepare a log showing each equipment item subject to this paragraph and listing what is to be accomplished during Equipment Startup. Provide a place for the Contractor to record date and person accomplishing required work. Submit completed document before requesting inspection for Substantial Completion certification. 4. Obtain unqualified certifications and deliver to Engineer: a. Manufacturer's equipment installation check letters. B. Personnel Training: 1. See individual equipment specification sections. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 19 City of Lubbock, Municipal Water Treatment - Contract 3 01650-4 01 2. Conduct all personnel training after completion of 01 02 Equipment Startup for the equipment for which training 02 03 is being conducted. 03 04 a. Personnel training on individual equipment or 04 05 systems will not be considered completed unless: 05 06 1) All pretraining deliverables are received and 06 07 approved before commencement of training on 07 08 the individual equipment or system. 08 09 2) No system malfunctions occur during training. 09 10 3) All provisions of field and classroom training 10 11 specifications are met. 11 12 b. Training not in compliance with the above will be 12 13 performed again in its entirety by the 13 14 manufacturer at no additional cost to Owner. 14 15 3. Field and classroom training requirements: 15 16 a. Hold classroom training on -site. 16 17 b. Training instructor: Factory trained and familiar 17 18 with giving both classroom and "hands-on" 18 19 instructions. 19 20 c. Training instructors shall be at classes on time. 20 21 Session beginning and ending times to be 21 22 coordinated with the Owner and indicated on the 22 23 master schedule. Normal time lengths for class 23 24 periods can vary, but brief rest breaks should be 24 25 scheduled and taken. 25 26 d. Organize training sessions into maintenance verses 26 27 operation topics and identify on schedule. 27 -- 28 e. Plan for minimum class attendance of 10 people at 28 29 each session and provide sufficient classroom 29 30 materials, samples, and handouts for those in 30 31 attendance. 31 32 f. Instructors to have a typed agenda and well 32 33 prepared instructional material. The use of 33 34 visual aids, e.g., films, pictures, and slides is 34 35 recommended for use during the classroom training 35 36 programs. Deliver agendas to the Engineer a 36 37 minimum of 7 days prior to the classroom training. 37 38 Provide equipment required for presentation of 38 39 films, slides, and other visual aids. 39 40 g. The on -site training sessions shall cover the 40 41 information required in the Operation and 41 42 Maintenance manuals submitted according to Section 42 43 01340 and the following areas: 43 44 1) Operation of equipment. 44 45 2) Lubrication of equipment. 45 46 3) Maintenance and repair of equipment. 46 47 4) Troubleshooting of equipment. 47 48 5) Preventive maintenance procedures. 48 49 6) Adjustments to equipment. 49 50 7) Inventory of spare parts. 50 51 8) Optimizing equipment performance. 51 52 9) Capabilities. 52 53 10) Operational safety. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01650-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11) Emergency situation response. 12) Takedown procedures (disassembly and assembly). h. Address paragraphs g.l), g.2), g.8), g.9), g.10), and g.11) in the operation sessions. Address paragraphs g.3), g.4), g.5), g.6), g.7), and g.12) in the maintenance sessions. i. Maintain a log of classroom training provided including: Instructors, topics, dates, time, and attendance. C. Substantial Completion of Project: 1. Complete the work. 2. Complete the equipment startup. 3. Complete the personnel training. 4. Complete the required submittals. 5. Contractor's Notice of Substantial Completion and Request for Inspection. a. When Contractor considers the Work of this Project has reached Substantial Completion, submit "Contractor's Notice of Substantial Completion and Request for Inspection." b. Engineer will review required submittals for completeness within 10 calendar days of Contractor's notice. If complete, Engineer will complete inspection of the Work, within 10 calendar days of Contractor's notice. c. Engineer will inform Contractor in writing of the status of the Work reviewed, within 14 calendar days of Contractor's notice. 1) Work determined not meeting state of Substantial Completion: a) Contractor: Correct deficiencies noted or submit plan of action for correction within 5 days of Engineer's determination. b) Engineer: Reinspect work within 5 days of Contractor's notice of correction of deficiencies. 2) Work determined to be in state of tentative Substantial Completion: Engineer to prepare tentative "Engineer's Certificate of Substantial Completion." 6. Engineer's Certificate of Substantial Completion: a. Issued subject to successful Demonstration of functional integrity. b. Issued for Project as a whole. c. Issued subject to completion or correction of items cited in the certificate (Punch List). d. Issued with responsibilities of Owner and Contractor cited. e. Executed by Engineer. f. Accepted by Owner. g. Accepted by Contractor. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01650-6 01 h. Upon successful completion of Demonstration 02 Period, Engineer will endorse certificate 03 attesting to the successful demonstration, and 04 citing the hour and date of ending the successful 05 Demonstration Period of functional integrity as 06 the effective date of Substantial Completion. 07 08 3.03 DEMONSTRATION PERIOD 09 10 A. General: 11 1. It is intended the Demonstration Period be conducted 12 under full operational conditions. Under no 13 circumstances is the Demonstration Period to be used 14 for repair, alteration, or adjustments rendering 15 facilities inoperative for more than 10 percent of the 16 period. Owner reserves the right to simulate 17 operational variables, equipment failures, routine 18 maintenance scenarios, etc., to verify the functional 19 integrity of automatic and manual backup systems and 20 alternate operating modes. 21 2. Time of beginning and ending any Demonstration Period 22 shall be agreed upon by Contractor, Owner, and 23 Engineer in advance of initiating Demonstration 24 Period. 25 3. The Demonstration Period will be performed with 26 Facility completely operational. 27 4. Perform the Demonstration Period as specified herein, 28 for each system with all systems in full operation for 29 a minimum of 168 consecutive hours without 30 interruption of equipment or system or need of 31 adjustment other than normal operational adjustments, 32 or repair beyond normal scheduled preventive 33 maintenance. If unscheduled adjustment or repair is 34 needed for any reason, beyond the amount specified in 35 paragraph l above the Demonstration Period shall be 36 deemed to have failed, and a new Demonstration Period 37 shall recommence, either immediately after correction 38 of cause of failure or at a later time, for 168 full 39 consecutive hours of operation. 40 5. Provide all labor, supervision, maintenance, 41 equipment, vehicles or any other item necessary to 42 operate and demonstrate all systems being 43 demonstrated. 44 6. Owner will provide operational personnel to provide 45 process decisions affecting plant performance. 46 Owner's assistance will be available only for process 47 decisions. Contractor will perform all other 48 functions including but not limited to equipment 49 operation and maintenance until successful completion 50 of the Demonstration Period. 51 7. Throughout the Demonstration Period, provide 52 knowledgeable personnel to answer Owner's questions 53 and to respond to any system problems or failures 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment — Contract 3 i f 2 r k OftCity of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 01700-1 F O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 SECTION 01700 03 04 CONTRACT CLOSEOUT 05 06 07 PART 1 - ADMINISTRATIVE PROCEDURES 08 09 1.01 GENERAL 10 11 A. Comply with requirements stated in Contract Forms, 12 Contract Requirements, and General Requirements, and in 13 Specifications for administrative procedures in closing 14 out the work. 15 16 1.02 SUBSTANTIAL COMPLETION 17 18 A. See General Conditions. 19 20 1.03 FINAL INSPECTION 21 22 A. When Contractor considers the Work is complete, he shall 23 submit written certification that: 24 1. Contract Documents have been reviewed. 25 2. Work has been inspected for compliance with Contract 26 Documents. 27 3. Work has been completed in accordance with Contract 28 Documents. 29 4. Equipment and systems have been tested in the presence 30 of Owner's representative and are operational. 31 5. Work is completed and ready for final inspection. 32 33 B. Engineer and Owner will make an inspection to verify the 34 status of completion with reasonable promptness after 35 receipt of such certification. 36 37 C. Should Engineer Consider That the Work is Incomplete or 38 Defective. 39 1. Engineer will promptly notify the Contractor in 40 writing, listing the incomplete or defective work. 41 2. Contractor shall take immediate steps to remedy the 42 stated deficiencies, and send a second written 43 certification to Engineer that the Work is complete. 44 3. Engineer will reinspect the Work. 45 46 D. When Engineer finds that the Work is acceptable under the 47 Contract Documents, he shall request the Contractor to 48 make closeout submittals. 49 50 1.04 REINSPECTION FEES 51 52 A. Should Engineer and Owner perform reinspections due to 53 r City of Lubbock, Municipal Water Treatment - Contract 3 I 01700-2 01 failure of the Work to comply with the claims of status of 02 completion made by the Contractor. 03 1. Owner will compensate Engineer for such additional 04 services of Consultant. 05 2. Owner will deduct the amount of such compensation from 06 the final payment to the Contractor. 07 08 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER 09 10 A. Project Record Documents. 11 12 B. Operating and Maintenance Data, Instructions to Owner's 13 Personnel: As specified in Section 01340. 14 15 C. Spare Parts and Maintenance Materials: As specified in 16 the individual Specification sections and herein. 17 18 D. Evidence of Payment and Release of Liens: As specified in 19 the General and Supplementary Conditions. 20 21 E. Two Copies of Each Specified Special Bond, Warranty, and 22 Service Contract. 23 24 1.06 FINAL ADJUSTMENTS OF ACCOUNTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Submit a Final Statement of Accounting to Engineer. B. 41 1.07 42 43 44 45 46 47 48 49 50 51 52 53 Statement Shall Reflect All Adjustments to the Contract Sum. 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Deductions for uncorrected Work. c. Deductions for liquidated damages. d. Deductions for reinspection payments. e. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due. FINAL APPLICATION FOR PAYMENT A. Contractor shall submit .the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract and those specified below. B. Upon receipt of Final Application for Payment, if the document is correct and complete, the Engineer will notify the Owner that the Final Application for Payment has been reviewed; the Owner, through its Council, will publish notice for claim which will require up to 50 days. If no claims are received and all other conditions are met, the final payment will be made to the Contractor within 10 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment —Contract 3 7 01700-3 7 7 r t 7, 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 days of the expiration date for receipt of claims. 01 02 03 PART 2 - RECORD DOCUMENTS 04 05 2.01 GENERAL 06 07 A. Maintain at Project Site for Owner One Record Copy of: 08 1. Drawings. 09 2. Specifications. 10 3. Addenda. 11 4. Change Orders and other modifications to the Contract. 12 5. Engineer's Field Orders or written instructions. 13 6. Approved Shop Drawings and Product Data. 14 7. Field test records. 15 8. Construction photographs. 16 17 2.02 MAINTENANCE OF DOCUMENTS AND SAMPLES 18 19 A. Store documents and samples in Contractor's field office 20 apart from documents used for construction. 21 1. Provide files and racks for storage of documents. 22 2. Provide locked cabinet or secure storage space for 23 storage of samples. 24 25 B. File documents and samples in accordance with Data Filing 26 Format of the Uniform Construction Index. 27 28 C. Maintain documents in a clean, dry, legible condition and 29 in good order. Do not use record documents for 30 construction purposes. 31 32 D. Make documents and samples available at all times for 33 inspection by Engineer. 34 35 2.03 MARKING DEVICES 36 37 A. Provide felt-tip marking pens for recording information in 38 the color code designated by Engineer. 39 40 2.04 RECORDING 41 42 A. Label Each Document "Project Record" in Neat Large Printed 43 Letters. 44 45 B. Record Information Concurrently With Construction 46 Progress. 47 1. Do not conceal any Work until required information is 48 recorded. 49 50 C. Drawings: Legibly mark to record actual construction. 51 1. Depths of various elements of foundation in relation 52 to finished first floor data. 53 7 City of Lubbock, Municipal Water Treatment Contract 3 01700-4 01 2. Horizontal and vertical locations of underground 02 utilities and appurtenances referenced to permanent 03 surface improvements. 04 3. Location of internal utilities and appurtenances 05 concealed in the construction referenced to visible 06 and accessible features of the structure. 07 4. Field changes of dimension and detail. 08 5. Changes made by Field Order or by Change Order. 09 6. Details not on original Contract Drawings. 10 11 D. Specifications and Addenda: Legibly mark each section to 12 record. 13 1. Manufacture, trade name, catalog number, and supplier 14 of each product and item of equipment actually 15 installed. 16 2. Changes made by Field Order or by Change Order. 17 18 2.05 SUBMITTAL 19 20 A. At Contract Closeout, Deliver Record Documents to Engineer 21 for Owner. 22 23 B. Accompany Submittal with Transmittal Letter in Duplicate, 24 Containing: 25 1. Date. 26 2. Project title and number. 27 3. Contractor's name and address. 28 4. Title and number of each Record Document. 29 5. Signature of Contractor or his authorized 30 representative. 31 32 33 PART 3 - SPARE PARTS AND MAINTENANCE MATERIALS 34 35 3.01 GENERAL 36 37 A. Provide spare parts, maintenance materials, and special 38 tools as specified in the individual Specification 39 sections.' 40 41 B. Store the Items in a Clean, Dry, Heated Storage Shed or 42 Bonded Warehouse. 43 44 C. Protect All Items from Damage During Storage. 45 46 3.02 DELIVERY TO OWNER 47 48 A. At or prior to the time of the inspection for Substantial 49 Completion deliver all required items to Owner at the 50 place on the site designated by Owner. 51 1. Contractor and representatives of Owner and Engineer 52 shall inspect and inventory all items delivered. 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 01700-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 r B. Submit to Engineer a Detailed Invoice of All Items Delivered. 1. Organize invoice by Specification sections. 2. Indicate on invoice any items delivered that were damaged or defective. 3. Contractor and Owner's and Engineer's representatives shall sign invoice certifying that all items listed were delivered and that, unless otherwise noted on the invoice, all items were in good condition at the time of delivery to Owner. C. Engineer will review invoice for completeness and inform Contractor promptly of any deficiencies therein. D. Contractor shall deliver all additional items identified by Engineer and replace all damaged and defective items noted on the original invoice before requesting final inspection. E. Invoices for additional and replacement items, signed by Contractor and Owner's and Engineer's representatives, shall be submitted. 3.03 PAYMENT A. No Certification of Substantial Completion will be issued by Engineer until the required invoice is submitted for review. B. Final payment will not be made until all specified spare parts, maintenance materials, and special tools have been delivered to Owner in acceptable condition. END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 7 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 01710-1 F 01 91F13 SECTION 01710 01 02 02 03 CLEANING 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Intermediate and final cleaning of Work not including 11 12 special cleaning of closed systems specified elsewhere. 12 13 13 14 B. Related Sections include but are not necessarily limited to: 14 15 1. Division 0 - Bidding Requirements, Contract Forms, and 15 16 Conditions of the Contract. 16 17 2. Division 1 - General Requirements. 17 18 18 19 1.02 STORAGE AND HANDLING 19 20 20 21 A. Store cleaning products and cleaning wastes in containers 21 22 specifically designed for those materials. 22 23 23 24 1.03 SCHEDULING 24 25 25 26 A. Schedule cleaning operations so that dust and other 26 27 contaminants disturbed by cleaning process will not fall on 27 28 newly painted surfaces. 28 29 29 30 30 31 PART 2 - PRODUCTS 31 32 32 33 2.01 MATERIALS 33 34 34 35 A. Cleaning Agents: 35 36 1. Compatible with surface being cleaned. 36 37 2. New and uncontaminated. 37 38 3. For Manufactured Surfaces: Material recommended by 38 39 manufacturer. 39 40 40 41 41 42 PART 3 - EXECUTION 42 43 43 44 3.01 CLEANING - GENERAL 44 45 45 46 A. Prevent accumulation of wastes that create hazardous 46 47 conditions. 47 48 48 49 B. Conduct cleaning and disposal operations to comply with laws 49 50 and safety orders of governing authorities. 50 51 51 52 C. Do not dispose of volatile wastes such as mineral spirits, 52 53 oil, or paint thinner in storm or sanitary drains or sewers. 53 City of Lubbock, Municipal Water Treatment - Contract 3 7 01710-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 D. Dispose of degradable debris at an approved solid waste disposal site. E. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. F. Handle materials in a controlled manner with as few handlings as possible. G. Do not drop or throw materials from heights greater than 4 FT or less than 4 FT if conditions warrant greater care. H. On completion of work, leave area in a clean, natural looking condition. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. I. Do not burn on -site. 3.02 INTERIOR CLEANING A. Cleaning During Construction: 1. Keep work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris, and rubbish. 3. Vacuum clean interior areas when ready to receive finish painting. Continue vacuum cleaning on an as -needed basis, until substantial completion. 4. Control dust in work areas of existing facilities. a. Provide protection to existing electrical and mechanical equipment as required to eliminate detrimental effects due to construction. b. Weekly check air handling filters in existing units having construction activities. Replace as necessary. c. At maximum monthly intervals, check interior of existing electric panels and vacuum if dust accumulation has occurred. d. At maximum weekly intervals, sweep all floors, including basins, tunnels, platforms, walkways, and pick up and dispose of all debris.Use dust suppressant sweeping compound in areas open to areas of existing facility operations. B. Final Cleaning: 1. Complete immediately prior to Demonstration Period. 2. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight -exposed surfaces. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01710-3 r r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 3. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 4. Wash and shine glazing and mirrors. 5. Polish glossy surfaces to a clear shine. 6. Ventilating systems: a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 7. Replace all burned out lamps. 8. Broom clean process area floors. 9. Mop office and control room floors. 3.03 EXTERIOR (SITE) CLEANING A. Cleaning During Construction: I. Construction debris: a. Confine in strategically located container(s): 1) Cover to prevent blowing by wind. 2) Haul from site minimum once a week. b. Remove from work area to container daily. 2. Vegetation: a. Keep weeds and other vegetation trimmed to 3 IN maximum height. 3. Soils, sand, and gravel deposited on paved areas and walks: a. Remove as required to prevent muddy or dusty conditions. b. Do not flush into storm sewer system. B. Final Cleaning: 1. Remove trash and debris containers from site: a. Re -seed areas disturbed by location of trash and debris containers. 2. Clean paved roadways. 3.04 FIELD QUALITY CONTROL A. Immediately prior to Demonstration Period, conduct an inspection with Engineer to verify condition of all work areas. END OF SECTION City of Lubbock, Municipal Water Treatment — Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 (THIS PAGE LEFT BLANK INTENTIONALLY) 01800-1 91F19 SECTION 01800 01 02 OPENINGS AND PENETRATIONS IN CONSTRUCTION 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Openings and penetrations in construction. 11 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and 14 Conditions of the Contract. 15 2. Division 1 - General Requirements. 16 3. Section 07900 - Joint Sealants. 17 4. Section 09905 - Painting and Protective Coatings. 18 19 1.02 QUALITY ASSURANCE 20 21 A. Referenced Standards: 22 1. American Concrete Institute (ACI): 23 a. 318, Building Code Requirements for Reinforced 24 Concrete. 25 2. American Society for Testing and Materials (ASTM): 26 a. A53, Standard Specification for Pipe, Steel, Black 27 and Hot -Dipped, Zinc -Coated Welded and Seamless. 28 3. National Fire Protection Association (NFPA): 29 a. 70, National Electrical Code (NEC). 30 b. 90A, Standard for Installation of Air Conditioning 31 and Ventilating Systems. 32 4. Sheet Metal and Air Conditioning Contractors National 33 Association, Inc.(SMACNA). 34 35 B. Miscellaneous: 36 1. Furnish to subcontractors complete information concerning 37 location and placement of openings and penetrations for 38 inclusion in the shop drawings. Show coordination with 39 work of all other trades. 40 2. When any opening larger than 10 IN must be made in a 41 completed structure, secure Engineer approval before 42 starting work. 43 44 1.03 SUBMITTALS 45 46 A. Shop Drawings: 47 1. See Section 01340. 48 2. Scaled or dimensioned drawings showing location of all 49 openings with schedule showing size and method to be used 50 for making opening. 51 3. Details of required seals verifying compliance of methods 52 and materials. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01800-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 PART 2 - PRODUCTS 2.01 MATERIALS A. Steel Pipe Sleeves: ASTM A53, Schedule 40, black. B. Backing Rod and Sealant: See Section 07900. PART 3 —EXECUTION 3.01 OPENING AND PENETRATIONS - GENERAL A. Set sleeves with ends flush with finished surfaces, unless otherwise specified or indicated on Drawings. B. Where pipes or ducts pass through floors in locations where floors can be washed or wetted, set sleeves with top 4 IN above finish floors. C. For insulated piping or ducts, size sleeves large enough to accommodate full thickness of insulation. D. Set sleeves or framed openings in advance in order to avoid conflict with other trades. E. Existing Cast -In -Place Concrete Construction: I. Do not cut into nor core drill any beams, joists or columns. 2. Do not install sleeves in beams, joists, or columns. 3. Do not install recesses in beams, joists, columns or slabs. 4. Installation methods: a. Saw or core drill with non impact type equipment. b. Mark opening and drill small 3/4 IN or/less holes through structure following opening outline. c. Sawcut opening outline on both surfaces then knock out within sawcuts using impact type equipment using extreme caution not to chip or spall face of surface to remain intact. F. Where alterations are necessary or where new and old work join, restore adjacent surfaces to their condition existing prior to start of work. G. Hot dip galvanize (or paint in accordance with Section 09905) all steel sleeves installed. H. Install sleeves and pipes in accordance with ACI 318, Chapter Chapter 6. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment Contract 3 01800-3 01 I. Install electrical conduit in accordance with NFPA 70, 01 02 Article 501. 02 03 03 04 3.02 GENERAL SCHEDULE OF PENETRATIONS THROUGH FLOORS, ROOFS, 04 05 FOUNDATION BASE SLABS, FOUNDATION WALLS, FOUNDATION FOOTINGS, 05 06 PARTITIONS AND WALLS FOR PIPING AND CONDUIT 06 07 07 08 A. Provide openings and penetrations in construction where shown 08 09 on Drawings and as described in following listing: 09 10 10 11 Type A - Block out 1 IN larger than outside dimensions of 11 12 pipe, or conduits (for multiple conduit 12 13 assemblies). Dimension to allow for insulation 13 14 to pass through opening where insulation is 14 15 required. 15 16 16 17 Type B - Steel pipe sleeve with wall anchor. 17 18 18 19 Type C - 12 GA sheet metal sleeve with welded seams integrally. 19 20 incorporated into construction. 20 21 21 22 Type D - Commercial type casting wall sleeve. 22 23 23 24 Type E - Steel pipe sleeve with (combination anchor and water 24 25 stop plate). 25 26 26 27 Type F - Cast -in -place pipe or conduit. 27 28 28 29 Type G - Cast -in -place with (combination anchor and v+ater 29 30 stop plate) welded to pipe or ductwork. 30 31 31 32 Type H - Core drill after structure is in place. 32 33 33 34 B. Provide seals of material and method described as follows 34 35 unless otherwise noted on Drawings. Assure seal material and 35 36 method are compatible with location and service of seal. 36 37 Install backer rods and sealant inside annulus of sleeves as 37 38 specified. 38 39 39 40 Category 1 - Link -Seal 40 41 41 42 Category 2 - Lead and Oakum 42 43 43 44 Category 4 - Backer rod and sealant. 44 45 45 46 Category 5 - Backer rod and sealant with escutcheons on 46 47 both sides of opening. 47 48 48 49 49 50 Category 9 - Refer to Section 07534 roofing and Drawings. 50 51 51 52 Category 10 - Fire rated sealant. 52 53 53 F City of Lubbock, Municipal Water Treatment - Contract 3 r I 01800-4 01 Category 11 - Conduit seals. 01 02 02 03 C. Subject to compliance with Contract Documents, furnish 03 04 openings and sealing material in full accordance with 04 05 Drawings and the following schedule: 05 06 06 07 OPENING SEALING MATERIAL 07 08 LOCATION MEDIA TYPE CATEGORY 08 09 --------------- ----- ---- ---------------- 09 10 10 11 Through floors Pipes C 4 11 12 with bottom side 12 13 a hazardous area Conduits F 11 13 14 14 15 15 16 Through floors Pipes F Not require 16 17 on grade above 17 18 water table Conduits F,A,C, 4 w/opening A or C 18 19 19 20 20 21 Through walls Pipe D or E 1 or 2 21 22 where one side is 22 23 a hazardous area Conduit F 11 23 24 24 25 25 26 26 27 Through exterior Pipe D or E 1 or 2 27. 28 wall below grade Conduits F Not required 28 29 29 30 30 31 Through wall Pipes D or E 1 31 32 from wet well 32 33 to dry well Conduits F 11 33 34 34 35 Through exterior Pipe A,B,C,D, 5 with opening A 35 36 wall above grade or F 4 with opening 8, C 36 37 or D 37 38 38 39 Conduits A or F 5 with opening A 39 40 40 41 Roof penetrations Pipes A 9 41 42 Conduits A 9 42 43 F Not required 43 44 44 45 Through interior Pipes A or C 4 45 46 walls and slabs 46 47 unless specifi- Conduits A or F 4 for opening A 47 48 cally covered 48 49 above 49 50 50 51 END OF SECTION 51 City of Lubbock, Municipal Water Treatment - Contract 3 SITE WORK Z (THIS PAGE LEFT BLANK INTENTIONALLY) 02072-1 Oft 01 ` 02 03 04 05 06 07 k 08 09 ,.. 10 11 12 13 14 15 16 17 l 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 i 35 36 37 38 39 r. 40 41 42 43 44 t 45 46 47 48 49 r„ 50 51 52 53 92A30 PART 1 - GENERAL 1.01 SUMMARY SECTION 02072 DEMOLITION, CUTTING AND PATCHING A. Section Includes: 1. Demolition, cutting and patching. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 02200 - Earthwork. 4. Section 03348 - Concrete Finishing and Repair of Surface Defects. 5. Section 09905 - Painting and Protective Coatings. 1.02 QUALITY ASSURANCE A. Qualifications: I. Use only firms or individual trades qualified to perform work required under this Section. 1.03 DELIVERY, STORAGE, AND HANDLING A. General: 1. Salvage items, designated by Owner, salvage as a unit. Clean, list, tag for storage. Protect from damage and deliver to location designated. Salvage each item with auxiliary or associated equipment required for operation. 1.04 SITE CONDITIONS A. Perform preliminary investigations as required to ascertain extent of work. Conditions which would be apparent by such investigation will not be allowed as cause for claims for extra costs. B. Contractor shall have full responsibility for any and all damages to existing facilities. C. Take any necessary photographs of existing facilities/ construction to verify existing conditions. D. File a report to the Owner listing any existing damage prior to commencement of work. 1.05 SEQUENCING AND SCHEDULING 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02072-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 A. Coordinate and reschedule work as required to preclude interference with other operations and maintain continuous uninterrupted operation of the existing facilities. 1.06 PERMITS A. Obtain and pay for all permits required by all authorities having jurisdiction and notify all involved utility companies. B. Obtain approval of authorities having jurisdiction for any work which affects access to or exit from such areas. Obtain approval of authorities for any temporary construction which affects such areas. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Nonshrink grout: a. Supreme Grout by Gifford Hill. b`.Masterflow 713 by Master Builders. 2. Epoxy bonding adhesive: a. Euco No.452 MV by Euclid Chemical Co. b. Sikadur 32, Hi -Mod by Sika Corporation. 2.02 MATERIALS A. Temporary Partitions: 1. Plywood: 1/2 IN minimum CDX`grade for interior or exterior use. 2. Paneling: 1/4 IN minimum for interior use. B. Nonshrink Grout: 1. Nonmetallic, noncorrosive and nonstaining. 2. Premixed with only water to be added in accordance with manufacturer's instructions at jobsite. 3. Grout to produce a positive but controlled expansion. Mass expansion not to be created by gas liberation or by other means. 4. Minimum compressive strength at 28 days to be 6500 psi. 5. Coat exposed edges of grout with a cure/seal compound recommended by grout manufacturer. C. Epoxy Bonding Adhesive: 1. Two component, moisture insensitive adhesive manufactured for the purpose of bonding fresh concrete to hardened concrete. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 I r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02072-3 PART 3 - EXECUTION 01 02 3.01 PREPARATION 03 04 A. Provide temporary partitions as required in public areas. 05 1. Construct partitions of braced plywood in exterior areas. 06 2. Adequately braced paneling may be used in interior areas. 07 08 B. Provide covered passageways where necessary to ensure safe 09 passage of persons in or near areas of work. 10 11 C. Provide substantial barricades and safety lights as required." 12 13 D. Provide temporary dustproof partitions where indicated or 14 necessary. 15 1. Prevent infiltration of dust into occupied areas. 16 17 E. Provide temporary weather protection as necessary. 18 19 3.02 INSTALLATION 20 21 A. Cutting and Removal: 22 1. Remove existing work indicated to be removed, or as 23 necessary for installation of new work. 24 2. Neatly cut and remove materials, and prepare all openings 25 to receive new work. 26 3. Remove masonry or concrete -in small sections. 27 4. Removal and salvage of any item of equipment shall 28 include all accessories, piping, wiring, supports, 29 electrical starters and devices, fixtures, baseplates and 30 frames. 31 5. Existing underground and above -grade piping: 32 a. Cut, remove, abandon, disconnect, and/or salvage as 33 specified. 34 b. Remove lines that interfere with new construction and 35 plug outside of building line. 36 c. Plug open ends of abandoned lines with minimum of 12 37 IN thick concrete. 38 6. Pavement removal: 39 a. Remove to existing joints, or sawed to limits 40 indicated on Drawings or per Engineer's direction in 41 field. 42 b. Saw cut depth: Sufficient to avoid disturbing 43 remaining pavement and provide true butt line between 44 new and existing pavement. 45 c. Entrances and curb lines: Remove minimum amount of 46 pavement to complete transition from new to existing 47 surface elevations. 48 49 B. Modification of Existing Concrete: 50 1. Where indicated, remove existing concrete and finish 51 remaining surfaces as specified in Section 03348. 52 a. Protect remaining concrete from damage. 53 City of Lubbock, Municipal Water Treatment - Contract 3 02072-4 01 02 03 04 05 06 01 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 21 28 29 30 31 32 33 34 35 36 31 38 39 40 41 42 43 44 b. Make openings by sawing through the existing concrete. c. Concrete may be broken out after initial saw cuts in the event concrete thickness prevents cutting through. d. Where sawing is not possible, make openings by drilling 'holes around perimeter of opening and then chipping out the concrete. 1) Holes shall be sufficient in number to prevent damage to remaining concrete. 2. Oversize required openings in existing concrete 1 IN on all sides and 'build back to required opening size by means of nonshrink grout epoxy bonded to the existing concrete. 3. Where oversized openings cannot be made, remove the concrete to the required opening size and cut back exposed reinforcing flush with concrete. C. Matching and Patching: 1. Walls, ceilings, floors or partitions: a. Repair abutting walls, ceilings, floors or partitions disturbed by removal. b. Match and patch existing construction disturbed during installation of new work. 2. Methods and materials: a. Similar in appearance, and equal in quality to adjacent areas for areas or surfaces being repaired. b. Subject to review of Engineer. D. Salvaged Items: 1. Thoroughly dry and clean all metal surfaces. 2. Prime all bare metal in accordance with Section 09905. 3. Clean and lubricate motors and other moving parts. 4. Brace motors attached to flexible mountings until reinstallation. 5. Dispose of items or materials not designated for Owner's salvage or reuse. Promptly remove from site. 6. Do not store or sell Contractor salvaged items or materials on site. E. Clean Up: 1. Transport debris and legally dispose of off site. END OF SECTION 01 02 03 04 05 06 01 08 09 10 11 12 13 14 15 16 11 18 19 20 21 22 23 24 25 26 21 28 29 30 31 32 33 34 35 36 31 38 39 40 41 42 43 44 City of Lubbock, Municipal Water Treatment - Contract 3 02110-1 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91HOI SECTION 02110 SITE CLEARING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Site clearing, tree protection, stripping topsoil and demolition. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division l — General Requirements. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.01 PREPARATION A. Protect existing trees and other vegetation to remain against damage. 1. Do not smother trees by stockpiling construction materials or excavated materials within drip line. 2. Avoid foot or vehicular traffic or parking of vehicles within drip line. 3. Provide temporary protection as required. B. Repair or replace trees and vegetation damaged by construction operations. 1. Repair to be performed by a qualified tree surgeon. 2. Remove trees which cannot be repaired and restore to full -growth status. 3. Replace with new trees of minimum 4 IN caliper. C. Owner will obtain authority for removal and alteration work on adjoining property. 3.02 SITE CLEARING A. Topsoil Removal: 1. Strip topsoil to depths encountered. a. Remove heavy growths of grass before stripping. b. Stop topsoil stripping sufficient distance from such trees to prevent damage to main root system. c. Separate from underlying subsoil or objectionable material. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02110-2 O1 2. Stockpile topsoil where directed. 02 a. Construct storage piles to freely drain surface 03 water. 04 b. Seed or cover storage piles to prevent erosion. 05 3. Do not strip topsoil in wooded areas where no change in 06 grade occurs. 07 4. Borrow topsoil: 08 a. Reasonable free of subsoil, objects over 2 IN DIA, 09 weeds and roots. 10 11 B. Clearing and Grubbing: 12 1. Clear from within limits of construction all trees not 13 marked to remain. 14 a. Include shrubs, brush, downed timber, rotten wood, 15 heavy growth of grass and weeds, vines, rubbish, 16 structures and debris. 17 2. Grub (remove) from within limits of construction all 18 stumps, roots, root mats, logs and debris encountered. 19 a. Grubbing under areas to be paved: 20 1) Totally grub. 21 b. Grubbing in lawn areas: 22 1) In cut areas, totally grub. 23 2) In fill areas, where fill is less than 3 FT 24 totally grub ground. 25 3) Where fill is 3 FT or more in depth, stumps may 26 be left no higher than 6 IN above existing ground 27 surface. 28 29 C. Disposal of Waste Materials: 30 1. Do not burn combustible materials on site. 31 2. Remove all waste materials from site. 32 3. Do not bury organic matter on site. 33 34 3.03 ACCEPTANCE 35 36 A. Upon completion of the site clearing, obtain Engineer's - 37 acceptance of the extent of clearing, depth of stripping and 38 rough grade. 39 40 END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 City of Lubbock, Municipal Water Treatment - Contract 3 02200-1 F F F 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92A30 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Earthwork. SECTION 02200 EARTHWORK B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. D698, Tests for the Moisture Density Relations of Soils and Soil Aggregate Mixtures Using a 5.5 LB Rammer and a 12 IN Drop. c. D1557, Tests for Moisture Density Relations of Soils and Soil Aggregate Mixtures Using a 10 LB Hammer and a 18 IN Drop. d. D1682, Test Methods for Breaking Load and Elongation of Textile Fabrics. e. D2487, Classification of Soils for Engineering Purposes. f. D3786, Test Method for Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Testing Method. g: D4253, Test Methods for Maximum Index Density of Soils Using a Vibratory Table. h. D4254, Test Methods for Minimum Index Density of Soils and Calculation of Relative Density. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Certifications: 4. Test reports: a. Soils inspection and testing results. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48• 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02200-2 01 01 02 B. Samples: 02 03 1. Submit samples and source of fill and backfill 03 04 materials proposed for use. 04 05 2. Submit samples and source of borrow materials proposed 05 06 for use. 06 07 01 08 08 09 PART 2 - PRODUCTS 09 10 10 11 2.01 MATERIALS 11 12 12 13 A. Fill and Backfill: Selected material from off site 13 14 borrow. Soil shall be classified as a clayey sand, 14 15 uniformly blended, with a Plasticity Index (PI) of between 15 16 4 and 15. 16 17 17 18 B. Granular Fill Under Building Floor Slabs -On -Grade: 18 19 1. Clean, crushed, nonporous rock, crushed or uncrushed 19 20 gravel complying with ASTM C33 gradation size No.67, 20 21 3/4 IN to No.4. 21 22 22 23 23 24 PART 3 - EXECUTION 24 25 25 26 3.01 PROTECTION 26 27 21 28 A. Protect existing surface and subsurface features on site 28 29 and adjacent to site as follows: 29 30 1. Provide barricades, coverings, or other types of 30 31 protection necessary to prevent damage to existing 31 32 items indicated to remain in place. 32 33 2. Protect and maintain bench marks', monuments or other 33 34 established reference points and property corners. If 34 35 disturbed or destroyed, replace at own expense to full 35 36 satisfaction of Owner and controlling agency. 36 37 3. Verify location of utilities. Omission or inclusion 37 38 of utility items does not constitute non-existence or 38 39 definite location. Secure and examine local utility 39 40 records for location data. 40 41 a. Take necessary precautions to protect existing 41 42 utilities from damage due to any construction 42 43 activity. 43 44 b. Repair damages to utility items at own expense. 44 45 c. In case of damage, notify Engineer at once so 45 46 required protective measures may be taken. 46 47 4. Maintain free of damage, existing sidewalks, 47 48 structures, and pavement, not indicated to be removed. 48 49 Any item known or unknown or not properly located that 49 50 is inadvertently damaged shall be repaired to original 50 51 _ condition. All repairs to be made and paid for by 51 52 Contractor. 52 53 5. Provide full access to public and private premises, 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02200-3 fire hydrants, street crossings, sidewalks and other 01 points as designated by Owner to prevent serious 02 interruption of travel. 03 6. Maintain stockpiles and excavations in such a manner 04 to prevent inconvenience or damage to structures on 05 site or on adjoining property. 06 7. Avoid surcharge or excavation procedures which can 07 result in heaving, caving, or slides. 08 09 B. Salvageable Items: 10 1. Carefully remove items to be salvaged, and store on 11 Owner's premises unless otherwise directed. 12 13 C. Dispose of waste materials, legally, off site. Burning, 14 as a means of waste disposal, is not permitted. 15 16 3.02 SITE EXCAVATION AND GRADING 17 18 A. The work includes all.operati.ons in connection with 19 excavation, borrow, construction of fills and embankments, 20 rough grading, and disposal of excess materials in 21 connection with the preparation of the site(s) for 22 construction of the proposed facilities. 23 24 B. Excavation and Grading: 25 1. Perform as required by the Contract Drawings. 26 a. Contract Drawings may indicate both existing grade 27 and finished grade required for construction of 28 Project. Stake all units, structures, piping, 29 roads, parking areas and walks and establish their 30 elevations. Perform other layout work required. 31 Replace property.corner markers to original 32 location if disturbed or destroyed. 33 b. Preparation of ground surface for embankments or 34 fills: Before fill is started, scarify to a 35 minimum depth of 6 IN all proposed embankment and 36 fill areas. Where ground surface is steeper than 37 one vertical to four horizontal, plow surface in a 38 manner to bench and break up surface so that fill 39 material will bind with existing surface. 40 c. Protection of finish grade: During construction, 41 shape and drain embankment and excavations. 42 Maintain ditches and drains to provide drainage at 43 all times. Protect graded areas against action of 44 elements prior to acceptance of work. Reestablish 45 grade where settlement or erosion occurs. 46 47 C. Borrow: 48 1. Provide necessary amount of approved fill compacted to 49 density equal to that indicated in this Specification. 50 Include cost of all borrow material in original 51 proposal. Fill material to be approved by Engineer 52 prior to placement. 53 r- E City of Lubbock, Municipal Water Treatment - Contract 3 02200-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 D. Construct embankments and fills as required by the Contract Drawings: 1. Construct embankments and fills at locations and to lines of grade indicated. Completed fill shall correspond to shape of typical cross section or contour indicated regardless of method used to show shape, size, and extent of line and grade of completed work. 2. Provide approved fill material which is free from roots, organic matter, trash, frozen material, and stones having maximum dimension greater than 6 IN. Ensure that stones larger than 4 IN, are not placed in upper 6 IN of fill or embankment. Do not place material in layers greater than 8 IN loose "thickness. Place layers horizontally and compact each layer prior to placing additional fill. 3. Compact by sheepsfoot, pneumatic rollers, vibrators, or by other equipment as required to obtain specified density. Control moisture for each layer necessary to meet requirements of compaction. 3.03 USE OF EXPLOSIVES A. Blasting with any type of explosive is prohibited. 3.04 FIELD QUALITY CONTROL A. Moisture density relations, to be established by the Engineer, required for all materials to be compacted. B. Extent of compaction testing will be as necessary to assure compliance with specifications. C. Give minimum of 24 HR advance notice to Engineer when ready for compaction or subgrade testing and inspection. D. Should any compaction density test or subgrade inspection fail to meet Specification requirements, perform corrective work as necessary. E. Pay for all costs associated with corrective work and retesting resulting from failing compaction density tests. 3.05 COMPACTION DENSITY REQUIREMENTS A. Obtain approval from Engineer with regard to suitability of soils -and acceptable subgrade prior to subsequent operations. B. Provide dewatering system necessary to successfully complete compaction and construction requirements. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 02200-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 r 17 f 18 19 Oft 20 21 22 23 I 24 G . 25 26 27 28 29 30 31 32 33 34 35 36 1^ 37 k 38 39 40 41 42 43 44 45 46 47 48 49 *. 50 51 52 53 F C. Remove frozen, loose, wet or soft material and replace with approved material as directed by Engineer. D. Stabilize subgrade with well graded granular materials as directed by Engineer. E. Assure by results of testing that compaction densities comply with the following requirements: 1. Sitework: LOCATION UNDER PAVED AREAS, SIDEWALKS AND PIPING: Cohesive Soils Cohesionless Soils UNPAVED AREAS: Cohesive Soils Cohesionless Soils 2. Structures: LOCATION COMPACTION DENSITY ------------------ 100 percent, ASTM D698 75 percent relative density per ASTM D4253 and D4254 85 percent, ASTM D698 60 percent relative density per ASTM D4253 and D4254 Inside of structures under foundations, under equipment support pads, under slabs -on -grade and scarified existing subgrade under fill material Outside structures next to walls, piers, columns and any other structure exterior member 3. Specific areas: LOCATION Outside structures under equipment support foundations Granular fill under base slabs with pressure relief valves, COMPACTION DENSITY ------------------ 95 percent, ASTM D1557 90 percent, ASTM D1557 COMPACTION DENSITY ------------------ 95 percent, ASTM 01557 75 percent relative density per ASTM D4253 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02200-6 and under building floor and D4254 slabs -on -grade 3.06 EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES A. General: 1. In general, work includes, but is not necessarily limited to, excavation for structures and retaining walls, removal of underground obstructions and undesirable material, backfilling, filling, and fill, backfill, and subgrade compaction. 2. Obtain fill ;and backfill material necessary to produce grades required. Materials and source to be approved by Engineer. Excavated material approved by Engineer may also be used for fill and backfill. 3. In this Section of the Specifications, the word "foundations" includes footings, base slabs, foundation walls, mat foundations, grade beams, piers and any other support placed directly on soil. 4. In the paragraphs of this Section of the Specifications, the word "soil" also includes any type of rock subgrade that may be present at or below existing subgrade levels. B. Excavation Requirements for Structures: 1. General. Do not commence excavation for foundations for structures until: a. Engineer approves: 1) The removal of topsoil and other unsuitable and undesirable material from existing subgrade. 2) Density and moisture content of site area compacted fill material meets requirements of specifications. 3) Site surcharge or mass fill material can be removed from entire construction site or portion thereof. 4) Surcharge or mass fill material has been removed from construction area or portions thereof. b. Engineer grants approval to begin excavations. 2. Dimensions: a. Excavate to elevations and dimensions indicated or specified. b. Allow additional space as required for construction operations and inspection of foundations. 3. Removal of obstructions and undesirable materials in excavation includes, but is not necessarily limited to, removal of old foundations, existing construction, unsuitable subgrade soils, expansive type soils, and any other materials which may be concealed beneath present grade, as required to execute work indicated on Contract Drawings. If undesirable material and obstructions are encountered during excavation, remove. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 02200-7 7 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4. a C-2 material and replace as directed by Engineer. Level off bottoms of excavations to receive foundations, floor slabs, equipment support pads, or compacted fill. Remove loose materials and bring excavations into approved condition to receive concrete or fill material. Where compacted fill material must be placed to bring subgrade elevation up to underside of construction, scarify existing subgrade upon which fill material is to be placed to a depth of 6 IN and then compact to density stated in this Section of Specifications before fill material can be placed thereon. Do not carry excavations lower than shown for foundations except as directed by Engineer. If any part of excavations is carried below required depth without authorization, maintain excavation and start foundation from excavated level with concrete of same strength as required for superimposed foundation, and no extra compensation will be made to Contractor therefor. Make excavations large enough for working space, forms, dampproofing, waterproofing, and inspection. Notify Engineer as soon as excavation is completed in order that subgrades may be inspected. Do not commence further construction until subgrade under compacted fill material, under foundations, under floor slabs -on -grade, under equipment support pads, and under retaining wall footings has been inspected and approved by the Engineer as being free of undesirable material, being of compaction density required by this specification, and being capable of supporting the allowable foundation design bearing pressures and superimposed foundation, fill, and building loads to be -placed thereon. Engineer shall be given the opportunity to inspect subgrade below fill material both prior to and after subgrade compaction. a. Place fill material, foundations, retaining wall footings, floor slabs -on -grade, and equipment support pads as soon as weather conditions permit after excavation is completed, inspected, and approved and after forms and reinforcing are inspected and approved. Before concrete or fill material is placed, protect approved subgrade from becoming loose, wet, frozen, or soft due to weather, construction operations, or other reasons. 7. Dewatering. Where groundwater is or is expected to be encountered during excavation, install a dewatering system to prevent softening and disturbance of subgrade below foundations and fill material, to allow foundations and fill material to be placed in the dry, and to maintain a stable excavation side slope. Groundwater shall be maintained at least 3 FT below 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 F City of Lubbock, Municipal Water Treatment - Contract 3 02200-8 01 the bottom of any excavation. Review soils 01 02 investigation before beginning excavation and 02 03 determine where groundwater is likely to be 03 04 encountered during excavation. Employ dewatering 04 05 specialist for selecting and operating dewatering 05 06 system. Keep dewatering system in operation until 06 07 dead load of structure exceeds possible buoyant uplift 07 08 force on structure. Dispose of groundwater to an area 08 09 which will not interfere with construction operations 09 10 or damage existing construction. Install groundwater 10 11 monitoring wells as necessary. Shut off dewatering 11 12 system at such a rate to prevent a quick upsurge of 12 13 water that might weaken the subgrade. 13 14 8. Subgrade stabilization. If subgrade under 14 15 foundations, fill material, floor slabs -on -grade, or 15 16 equipment support pads is in a frozen, loose, wet, or 16 17 soft condition before construction is placed thereon, 17 18 remove frozen, loose, wet, or soft material and 18 19 replace with approved compacted material as directed 19 20 by Engineer. Provide compaction density of 20 21 replacement material as stated in this specification 21 22 section. Loose, wet, or soft materials, when approved 22 23 by Engineer, may be stabilized by a compacted working 23 24 mat of well graded crushed stone. Compact stone mat 24 25 thoroughly into subgrade to avoid future migration of 25 26 fines into the stone voids. Remove and replace frozen 26 27 materials as directed by Engineer. Method of 27 28 stabilization shall be performed as directed by 28 29 Engineer. Do not place further construction on the 29 30 repaired subgrades, until the subgrades have been 30 31 approved by the Engineer. 31 32 9. Do not place floor slabs -on -grade including equipment 32 33 support pads until subgrade below has been approved, 33 34 piping has been tested and approved, reinforcement 34 35 placement has been approved, and Contractor receives 35 36 approval to commence slab construction. Do not place 36 37 building floor slabs•on-grade including equipment 37 38 support pads when temperature of air surrounding the 38 39 slab and pads is or is expected to be below 40 DegF 39 40 before structure is completed and heated to a 40 41 temperature of at least 50 DegF. 41 42 10. Protection of structures. Prevent new and existing 42 43 structures from becoming damaged due to construction 43 44_ operations or other reasons. Prevent subgrade under 44 45 new and existing foundations from becoming wet and 45 46 undermined during construction due to presence of 46 47 surface or subsurface water or due to construction 47 48 operations. 48 49 11. Shoring. Shore, sheet pile, slope, or brace 49 50 excavations as required to prevent them from 50 51 _ collapsing. Remove shoring as backfilling progresses 51 52 but only when banks are stable and safe from caving or 52 53 collapse. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r i. 02200-9 i 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 12. Drainage. Control grading around structures so that ground is pitched to prevent water from running into excavated areas or damaging structures. Maintain excavations where foundations, floor slabs, equipment support pads or fill material are to be placed free of water. Provide pumping required to keep excavated spaces clear of water during construction. Should any water be encountered in the excavation, notify Engineer. Provide free discharge of water by trenches, pumps, wells, well points, or other means as necessary and drain to point of disposal that will not damage existing or new construction or interfere with construction operations. 13. Frost protection. Do not place foundations, slabs -on -grade, equipment support pads, or fill material on frozen ground. When freezing temperatures may be expected, do not excavate to full depth indicated, unless foundations, floor slabs, equipment support pads, or fill material can be placed immediately after excavation has been completed and approved. Protect excavation from frost if placing of concrete or fill is delayed. a. Where a concrete slab is a base slab -on -grade located under and within a structure that will not be heated, protect subgrade under the slab from becoming frozen until final acceptance of the Project by the Owner. b. Protect subgrade under foundations of a structure from becoming frozen until structure is completed and heated to a temperature of at least 50 DegF. C. Fill and Backfill Inside of Structure and Below Foundations, Base Slabs, -Floor Slabs, Equipment Support Pads and Piping: 1. General: Subgrade to receive fill or backfill shall be free of undesirable material as determined by Engineer and scarified to a depth of 6 IN and compacted to density specified herein. Surface may be stepped by at not more than 12 IN per step or may be sloped at not more than 2 percent. Do not place any fill or backfill material until subgrade under fill or backfill has been inspected and approved by Engineer as being free of undesirable material and compacted to specified density. 2. Obtain approval of fill and backfill material and source from Engineer prior to placing the material. 3. Place under all foundations, base slabs, floor slabs, equipment support pads and piping minimum of 6 IN of granular fill unless otherwise indicated. 4. Vapor barrier: Install a continuous vapor barrier under floor slabs -on -grade as required by Section 07190 and shown on Contract Drawings. 5. Fill and backfill placement: Prior to placing fill 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 F City of Lubbock, Municipal Water Treatment - Contract 3 02200-10 01 and backfill material, optimum moisture and maximum 01 02 density properties for proposed material shall be 02 03 obtained from Engineer. Place fill and backfill 03 04 material in thin lifts as necessary to obtain required 04 05 compaction density. Compact material by means of 05 06 equipment of sufficient size and proper type to obtain 06 07 specified density. Use hand operated equipment for 07 08 filling and backfilling next to walls. Do not place 08 09 fill and backfill when the temperature is less than 40 09 10 DegF and when subgrade to receive fill and backfill 10 11 material is frozen, wet, loose, or soft. Use 11 12 vibratory equipment to compact granular material; do 12 13 not use water. 13 14 6. Where fill material is required below foundations, 14 15 place fill material, conforming to the required 15 16 density and moisture content, outside the exterior 16 17 limits of foundations located around perimeter of 17 18 structure the following horizontal distance whichever 18 19 is greater: 19 20 a. As required to provide fill material to indicated 20 21 finished grade. 21 22 b. 5 FT. 22 23 c. Distance equal to depth of compacted fill below 23 24 bottom of foundations. 24 25 d. As directed by Engineer. 25 26 26 27 D. Filling and Backfilling Outside of Structures: This 27 28 paragraph of these specifications apply to fill and 28 29 backfill placed outside of structures above bottom level 29 30 of both foundations and piping but not under paving. 30 31 Provide material as approved by Engineer for filling and 31 32 backfilling outside of structures. 32 33 1. Fill and backfill placement: Prior to placing fill 33 34 and backfill material, obtain optimum moisture and 34 35 maximum density properties for proposed material from 35 36 Engineer. Place fill and backfill material in thin 36 37 lifts as necessary to obtain required compaction 37 38 density. Compact material with equipment of proper 38 39 type and size to obtain density specified. Use only 39 40 hand operated equipment for filling and backfilling 40 41 next to walls and retaining walls. Do not place fill 41 42 or backfill material when temperature is less than 40 42 43 DegF and when subgrade to receive material is frozen, 43 44 wet, loose, or soft. Use vibratory equipment for 44 45 compacting granular material do not use water. 45 46 2. Backfilling against walls: 46 47 a. Do not backfill around any part of structures 47 48 until each part has reached specified 28-day 48 49 compressive strength and backfill material has 49 50 been approved. Do not start backfilling until 50 51 concrete forms have been removed, trash removed 51 52 from excavations, pointing of masonry work, 52 53 concrete finishing, dampproofing and waterproofing 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 have been completed. 02 03 E. Backfilling Outside of Structures Under Piping or Paving: 04 When backfilling outside of structures requires placing 05 backfill material under piping or paving, the material 06 shall be placed from bottom of excavation to underside of 07 piping or paving at the density required for fill under 08 piping or paving as indicated in this Section. This 09 compacted material shall extend transversely to the 10 centerline of piping or paving a horizontal distance each 11 side of the exterior edges of piping or paving equal to 12 the depth of backfill measured from bottom of excavation 13 to underside of piping or paving. Provide special 14 compacted bedding or compacted subgrade material under 15 piping or paving as required by other sections of these 16 Specifications. 17 18 3.07 SPECIAL REQUIREMENTS 19 20 A. Erosion Control: 7 21 1. Conduct work to minimize erosion of site. 22 2. Construct stilling areas to settle and detain eroded 23 material. 24 3. Remove eroded material washed off site. 25 4. Clean streets daily of any spillage of dirt, rocks or 26 debris from equipment entering or leaving site. .. 27 28 END OF SECTION F 02200-11 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 02221-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 92A30 SECTION 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Excavation, trenching, backfilling and compacting for all underground utilities. 2. Water piping (potable, plant, process. and non -potable). 3. Surface drainage conduits and piping. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 02200 - Earthwork. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway & Transportation Officials (AASHTO): a. T99, The Moisture -Density Relations of Soils Using a 5.5 LB hammer and a 12 IN Drop. b. T180, Moisture -Density Relations of Soils Using a 10 LB hammer and an 18 IN Drop. 2. American Society for Testing and Materials (ASTM): a. C33, Concrete Aggregates. b. D698, The Moisture -Density Relations of Soils Using a 5.5 LB hammer and a 12 IN Drop. D698 is "Standard Proctor." c. D4253, Maximum Index Density of Soils Using a Vibratory Table. d. D4254, Minimum Index Density of Soils and Calculation of Relative Density. e. D2487, Classification of Soils for Engineering Purposes. 1.03 DEFINITIONS A. Excavation: 1. All excavation will 1.04 SUBMITTALS A. See Section 01340. be defined as unclassified. B. Submit respective pipe or conduit manufacturer's data regarding methods of installation and general 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02221-2 recommendations. C. Submit sieve analysis reports on all granular materials. 1.05 PROJECT CONDITIONS A. Avoid overloading or surcharge a sufficient distance back from edge of excavation to prevent slides or caving. Maintain and trim excavated materials in such manner to be as little inconvenience as possible to public and adjoining property owners. B. Provide full access to public and private premises and fire hydrants, at street crossings, sidewalks and other points as designated by Owner to prevent serious interruption of travel. C. Protect and maintain bench marks, monuments or other established points and reference points and if disturbed or destroyed, replace items to full satisfaction of Owner and controlling agency. D. Verify location of existing underground utilities. PART 2 - PRODUCTS 2.01 MATERIALS A. Backfill Material: 1. As approved by Engineer. a. Free of rock cobbles, roots, sod or other organic matter, and frozen material. b. Moisture content at time of placement: 3 percent plus/minus of optimum moisture content as specified in accordance with ASTM D698. B. Embedment Materials: 1. As approved by the Engineer. 2. Granular bedding materials: a. ASTM C33, gradation 67 (3/4 IN to No. 4 sieve) defined below: Sieve Size 1 IN 3/4 IN Percent Passing 100' 90-100 by Weight 1) Well graded gravel. 2) Well graded crushed gravel. 3) Well graded crushed stone. PART 3 - EXECUTION 3/8 IN No.4 No.20 20-55 0-10 0 O1 02 03 04 05 06 07, 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r r r 02221-3 O1 3.01 GENERAL O1 02 02 03 A. Remove and dispose of unsuitable materials as directed by 03 04 Engineer to site provided by Contractor. 04 05 05 06 3.02 EXCAVATION 06 07 07 08 A. Unclassified Excavation: 08 09 1. Remove rock excavation, clay, silt, gravel, hard pan, 09 10 loose shale, and loose stone as directed by Engineer. 10 11 11 12 B. Excavation for Appurtenances: 12 13 1. 12 IN (minimum) clear distance between outer surface and 13 14 embankment. 14 15 2. See Section 02200 for applicable requirements. 15 16 16 17 C. Trench Excavation: 17 18 1. Excavate trenches by open cut method to depth shown on 18 19 Drawings and necessary to accommodate work. 19 20 a. Tunnel work for crossing under crosswalks, driveways 20 21 or existing utility lines with permission. 21 22 1) Limit tunnels to 10 FT in length. 22 23 2. Open trench outside buildings, units, and structures: 23 24 a. No more than the distance between two manholes, 24 25 structures, units, or 600 LF, whichever is less. 25 26 b. Field adjust limitations as weather conditions 26 27 dictate. 27 28 3. Trenching within buildings, units, or structures: 28 29 a. No more than 100 LF at any one time. 29 30 4. Any trench or portion of trench, which is opened and 30 31 remains idle for seven calendar days, or longer, as 31 32 determined by the Owner, may be directed to be 32 33 immediately refilled, without completion of work, at no 33 34 additional cost to Owner. Said trench may not be 34 35 reopened until Owner is satisfied that work associated 35 36 with trench will be prosecuted with dispatch. 36 37 5. Observe following trenching criteria: 37 38 a. Trench size. 38 39 1) Excavate width to accommodate free working space. 39 40 2) Maximum trench width at top of pipe or conduit 40 41 may not exceed outside diameter of utility 41 42 service by more than the following dimensions: 42 43 43 44 OVERALL DIAMETER 44 45 OF UTILITY SERVICE EXCESS DIMENSION 45 46 ---------------------------------- 46 47 33 IN and less 18 IN 47 48 more than 33 IN 24 IN 48 49 49 50 3) Cut trench wails vertically from bottom of trench 50 51 to 1 FT above top of pipe, conduit, or utility 51 52 service. 52 53 4) Keep trenches free of water. Include cost of 53 City of Lubbock, Municipal dater Treatment - Contract 3 02221-4 01 dewatering in original proposal. 01 02 02 03 3.03 PREPARATION OF FOUNDATION FOR PIPE LAYING 03 04 04 05 A. Over -Excavation: 05 06 1. Backfill and compact to 90 percent of maximum dry density 06 07 per ASTM D698. 07 08 2. Backfill with granular bedding material as option. 08 09 09 10 B. Rock Excavation: 10 11 1. Excavate minimum of 6 IN below bottom exterior surface of 11 12 the pipe or conduit. 12 13 2. Backfill to grade with suitable earth or granular - 13 14 material. 14 15 3. Form bell holes in trench bottom. 15 16 16 17 C. Subgrade Stabilization: 17 18 1. Stabilize the subgrade when directed by the.Owner. 18 19 .2. Observe the following requirements when unstable trench 19 20 bottom materials are encountered. 20 21 a. Notify Owner when unstable materials are encountered. 21 22 1) Define by drawing station locations and limits. 22 23 b. Remove unstable trench bottom caused by Contractor 23 24 failure to dewater, rainfall, or Contractor 24 25 operations. 25 26 1) Replace with suitable granular material with no 26 27 additional compensation. 27 28 28 29 3.04 BACKFILLING METHODS 29 30 30 31 A. Do not backfill until tests to be performed on system show 31 32 system is in full compliance to specified requirements. 32 33 33 34 B. Carefully compacted backfill: 34 35 1. Furnish where indicated on drawings, specified for trench 35 36 embedment conditions and for compacted backfill 36 37 conditions up to 12 IN above top of.pipe or conduit. 37 38 2. Comply with the following: 38 39 a. Place backfill in lifts not exceeding 8 IN (loose 39 40 thickness). 40 41 b. Hand place, shovel slice, and pneumatically tamp all 41 42 carefully compacted backfill. 42 43 c. Observe specific manufacturer's recommendations 43 44 regarding backfilling and compaction. 44 45 d. Compact each lift to specified requirements. 45 46 46 47 C. Common Trench Backfill: 47 48 1. Perform in accordance with the following: 48 49 a. Place backfill in lift thicknesses capable of being 49 50 compacted to densities specified. 50 51 b. Observe specific manufacturer's recommendations 51 52 regarding backfilling and.compaction. 52 53 c. Avoid displacing joints and appurtenances or causing 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 01 any horizontal or vertical misalignment, separation, 02 or distortion. 03 (' 04 D. Water flushing for consolidation is not permitted. 9 05 06 3.05 COMPACTION 07 08 A. General: 09 1. Place and assure backfill and fill materials to achieve 10 11 an equal or "higher" degree of compaction than undisturbed materials adjacent to the work. 12 2. In no case shall degree of compaction below "Minimum 13 Compaction" specified be accepted. 14 15 B. Compaction Requirements: Unless noted otherwise on Drawings 16 or more stringently by other sections of these r- 17 Specifications, comply with following trench compaction 18 criteria: 19 1. Carefully compacted backfill: 20 21 MINIMUM COMPACTIONS 22 ------------------- 23 LOCATION SOIL TYPE DENSITY r' 24 �. 25 All applicable Cohesive soils 95 percent of 26 areas max dry density 27 by ASTM D698 28 29 Cohesionless soils 75 percent of 30 max relative 31 density by ASTM ;. 32 D4253 and D4254 33 34 2. Common trench backfill: 35 36 Under pavements Cohesive soils 95 percent of •- 37 roadways surfaces, max dry density 38 within highway by ASTM D698 39 right-of-ways 40 Cohesionless soils 75 percent of 41 relative density 42 by ASTM D4253 43 and D4254 44 45 Under turfed, Cohesive soils 90 percent of 46 sodded, plant max dry density .• 47 seeded, non- by ASTM D698 48 traffic areas 49 Cohesionless soils 60 percent of 50 relative density 51 by ASTM D4253 52 and D4254 53 City of Lubbock, Municipal Water Treatment - Contract 3 02221-5 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02221-6 01 3.06 FIELD QUALITY CONTROL 02 03 A. Testing: 04 1. Perform in -place moisture -density tests as directed by 05 the Owner. 06 2. Perform tests through recognized testing laboratory 07 approved by Owner. 08 3. Costs of "Passing" tests paid by Owner. 09 4. Perform additional tests as directed until compaction 10 meets or exceeds requirements. 11 5. Cost associated with "Failing" tests shall be paid by 12 Contractor. 13 6. Reference to Engineer in this section will imply Soils 14 Engineer when employed by Owner and directed by Engineer 15 to undertake necessary inspections as approvals as 16 necessary. 17 7. Assure Owner has immediate access for testing of all 18 soils related work. 19 8. Ensure excavations are safe for testing personnel. 20 21 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 i d.: 02260-1 01 92A30 SECTION 02260 02 ro 03 TOPSOILING AND FINISHED GRADING p 04 05 06 PART 1 - GENERAL 07 c, 08 1.01 SUMMARY 09 r 10 A. Section Includes: 11 1. Topsoiling and finished grading. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division l - General Requirements. 17 3. Section 02110 - Site Clearing. 18 4. Section 02200 - Earthwork. 19 5. Section 02270 - Soil Erosion and Sediment Control. 20 6. Section 02930 - Seeding, Sodding and Landscaping. 21 22 C. Location of Work: All areas within limits of grading and all 23 areas outside limits of grading which are disturbed in the 24 course of the work. 25 26 1.02 SUBMITTALS 27 28 A. Shop Drawings: 29 1. See Section 01340. 30 31 B. Project Data: 32 1. Test reports for furnished topsoil. 33 34 1.03 SITE CONDITIONS 35 36 A. Verify amount of topsoil stockpiled and determine amount of 37 additional topsoil, if necessary to complete work.. 38 39 40 PART 2 - PRODUCTS 41 42 2.01 MATERIALS 43 44 A. Topsoil: 45 1. Original surface soil typical of the area. 46 2. Existing topsoil stockpiled under Section 02110. 47 3. Capable of supporting native plant growth. 48 49 2.02 TOLERANCES 50 51 A. Finish Grading Tolerance: 0.1 FT plus/minus from required 52 elevations. 53 4 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 i 02260-2 01 01 02 PART 3 - EXECUTION - 02 03 03 04 3.01 PREPARATION 04 05 05 06 A. Correct, adjust and/or repair rough graded areas. 06 07 1. Cut off mounds and ridges. 07 08 2. Full gullies and depressions. 08 09 3. Perform other necessary repairs. 09 10 4. Bring all sub -grades to specified contours, even and 10 11 properly compacted. 11 12 12 13 B. Loosen surface to depth of 2 IN, minimum. 13 14 14 15 C. Remove all stones and debris over 2 IN in any dimension. 15 16 16 17 3.02 ROUGH GRADE REVIEW 17 18 18 . 19 A. Reviewed by Engineer in Section 02110, Site.Clearing. 19 20 .20 21 3.03 PLACING TOPSOIL 21 22 22 23 A. Do not place when subgrade is wet or frozen enough to cause 23 24 clodding. 24 25 25 26 B. Spread to compacted depth of 4 IN for all disturbed earth 26 27 areas. 27 28 28 29 C. If topsoil stockpiled is less than amount required for work, 29 30 furnish additional topsoil at no cost to Owner. 30 31 31 32 D. Provide finished surface free of stones, sticks, or other 32 33 material 1 IN or more in any dimension. 33 34 34 35 E. Provide finished surface smooth and true to required grades. 35 36 36 37 F. Restore by stockpile area to condition of rest of finished 37 38 work. 38 39 39 40 3.04 ACCEPTANCE 40 41 41 42 A. Upon completion of topsoiling, obtain Engineer's acceptance 42 43 of grade and surface. 43 44 44 45 B. Make test holes where directed to verify proper placement and 45 46 thickness of topsoil. 46 47 47 48 END OF SECTION 48 City of Lubbock, Municipal Water Treatment - Contract 3 02270-1 O1 92Al2 02 03 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 SECTION 02270 SOIL EROSION AND SEDIMENT CONTROL 10 A. Section Includes: 11 1. Soil erosion and sediment control. 12 13 B. Related Sections include but are not necessarily limited 14 to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and 16 Conditions of the Contract. 17 2. Division 1 - General Requirements. 18 19 1.02 QUALITY ASSURANCE 20 21 A. Referenced Standards: 22 1. Erosion control standards: "Standards and 23 Specifications for Soil Erosion and Sediment Control 24 in Developing Areas" by the U.S. Department of 25 Agriculture, Soil Conservation Service, College Park, 26 Maryland. 27 28 29 PART 2 - PRODUCTS 30 31 2.01 MATERIALS 32 33 A. Straw bales, twine tied. 34 35 B. Pipe Riser and Barrel: 36 of size indicated. 37 38 C. Stone for Stone Filter: 39 stone. 16 GA corrugated metal pipe (CMP) 2 IN graded gravel or crushed 40 41 D. Grass Seed: Annual ryegrass. 42 43 44 PART 3 - EXECUTION 45 46 3.01 PREPARATION 47 48 A. Prior to General Stripping Topsoil and Excavating: 49 1. Install perimeter dikes and swales. 50 2. Excavate and shape sediment basins and traps. 51 3. Construct pipe spillways and install stone filter 52 where required. 53 4. Machine compact all berms, dikes and embankments for O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 t 02270-2 01 02 03 04 05 06 07 B. 08 09 10 C. 11 12 13 14 15 3.02 16 17 A. 18 19 20 21 22 B. 23 24 25 26 C. 27 28 29 30 D. 31 32 33 E. 34 35 F. 36 37 38 39 40 G. 41 42 43 3.03 44 45 A. 46 47 B. 48 49 C. 50 51 basins and traps. 5. Install straw bales where indicated. a. Provide two stakes per bale. b. First stake angled toward previously installed bale to keep ends tight against each other. Construct sediment traps where indicated on Drawings during rough grading as grading progresses. Temporarily seed basin slopes and topsoil stockpiles: 1. Rate: 1/2 LB/1000 SF. 2. Reseed as required until good stand of grass is achieved: DURING CONSTRUCTION PERIOD Maintain Basins, Dikes, Traps, Stone Filters, Straw Bales, Etc. 1. Inspect regularly especially after rainstorms. 2. Repair or replace damaged or missing items. After rough grading, sow temporary grass cover over all exposed earth areas not draining into sediment basin or trap. Construct inlets as soon as possible. 1. Excavate and tightly secure straw bales completely around inlets as detailed on Drawings. Provide necessary swales and dikes to direct all water towards and into sediment basins and traps. Do not disturb existing vegetation (grass and trees). Excavate sediment out of basins and traps when capacity has been reduced by 50 percent. 1. Remove sediment from behind bales to prevent overtopping. Topsoil and Fine Grade Slopes and Swales, Etc.: I. Seed and mulch as soon as areas become.ready. NEAR COMPLETION OF CONSTRUCTION Eliminate basins, dikes, traps, etc. Grade to finished or existing grades. Fine grade all remaining earth areas, then seed and mulch. END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 City of Lubbock, Municipal Water Treatment - Contract 3 E 02441-1 01 92E13 SECTION 02441 01 02 02 03 04 IRRIGATION SYSTEM 03 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 •- 10 A. Section Includes: 10 11 1. Install underground manual irrigation system. 11 12 2. System includes but not limited to piping, backflow 12 13 preventer assemblies, valves, fittings, spray heads, 13 f14 controllers and wiring, and final adjustments to ensure 14 15 complete coverage. 15 16 3. Trenching, stockpiling excavation materials and refilling 16 17 and compacting trenches. 17 a 18 4. Water connection. 18 19 5. Removal and/or restoration of existing improvements. 19 20 6. Replacement of unsatisfactory materials. 20 21 7. Clean up, inspection, and tests. 21 22 8. Approval by Engineer. 22 ( 23 24 B. Related Sections include but are not necessarily limited to: 23 24 25 1. Division 0 - Bidding Requirements, Contract Forms, and 25 26 Conditions of the Contract. 26 27 2. Division 1 - General Requirements. 27 28 3. Section 02221 - Trenching, Backfilling, and Compacting 28 29 for Utilities. 29 30 4. Section 02260 - Topsoiling and Finish Grading. 30 31 5. Section 02930 - Seeding, Sodding and Landscaping. 31 32 32 33 1.02 QUALITY ASSURANCE 33 34 34 E, 35 A. Referenced Standards: 35 36 1. American National Standard Institute (ANSI). 36 37 2. American Society for Testing and Materials (ASTM): 37 l 38 a. D1248, Polyethylene Plastics Molding and Extrusion 38 39 Material. 39 40 b. 01557, The Moisture -Density Relation of Soils using 40 41 1016 hammer and an 18 IN Drop (Modified Proctor). 41 42 c. 01784, PVC Extrusion Compound Cell Classification 42 r 43 Testing. 43 a 44 d. D1785, (PVC) Plastic Pipe, Schedule 40, 80, 120. 44 45 e. D2239, Spector Polyethylene (PE) Plastic Pipe 45 46 (SDR-PR). 46 47 f. D2241, (PVC) Plastic Pipe, SDR-PR. D2464, Threaded 47 48 PVC Plastic Pipe Fittings Schedule 80. 48 49 g. D2466, Socket Type PVC Plastic Pipe Fittings Schedule 49 ,• 50 40. 50 51 h. D2467, Socket Type PVC Plastic Pipe Fittings Schedule 51 52 80. 52 53 i. D2609, Plastic Insert Fittings for Polyethylene (PE) 53 g^, t, City of Lubbock, Municipal Water Treatment - Contract 3 i 1 02441-2 01 Plastic Pipe. 01 02 j. D2672, Bell -End PVC Pipe. 02 03 k. D3350, Polyethylene (PE) Plastic Pipe Fittings 03 04 Material. 04 05 3. American Water Works Association (AWWA): 05 06 a. C506, Backflow Prevention Devises Reduced Pressure 06 07 Principle and Double Check Valve Type. 07 08 b. C500, Gate Valves 3 through 48 IN NPS for Water and 08 09 Sewage Systems. 09 10 c. C900, PVC Pressure Pipe 4 through 12 IN for Water. 10 11 11 12 B. Qualifications: 12 13 1. Currently licensed and bonded in the state in which the 13 14 work is to be performed, for a minimum of 5 years. Work 14 15 shall be performed by skilled persons with a minimum of 2 15 16 years experience. 16 17 2. Submit names of three projects completed in the last 2 17 18 years. Include the following: 18 19 a. Name of project.. 19 20 b. Location. 20 21 c. Owner. 21 22 d. Brief description of work and project manager's name. 22 23 3. Submit installer's current company financial statement 23 24 24 25 C. Irrigation Equipment Modification: 25 26 1. Review proposed irrigation plan, revise as necessary to 26 27 conform to irrigation equipment furnished. Provide 100 27 28 percent coverage to all areas within limits to be 28 29 irrigated in this contract and as shown on the plans. 29 30 Submit revised plans and computations for approval. 30 31 Designed irrigation water will not be allowed to spray on 31 32 any building surfaces. Plan scale to be no smaller than 32 33 1 IN equals 50 FT. 33 34 34 35 D. Miscellaneous: 35 36 1. Pre -construction conference: 36 37 a. Contractor shall schedule and conduct a conference to 37 38 review in detail quality control and construction 38 39 requirements for equipment, materials, and systems 39 40 used to perform the Work. Conference shall be 40 41 scheduled not less than 10 days prior to commencement 41 42 of Work. All parties required to be in attendance 42 43 shall be notified no later than 7 days prior to date 43 44 of conference. Contractor shall notify qualified 44 45 representatives of each party concerned with that 45 46 portion of Work to attend conference, including but 46 47 not limited to Engineer, Consultant, Contractor's 47 48 Superintendent, and Installer. 48 49 b. Minutes of conference shall be recorded and 49 50 distributed by Contractor to all parties in 50 51 attendance within five days of conference. 51 52 2. Special requirements: 52 53 a. All pressure piping from water supply source, 53 City of Lubbock, Municipal Water Treatment - Contract 3 02441-3 r 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 including backflow preventer to zoned irrigation control valves will be executed by licensed and bonded plumber(s). Secure permit at least 48 HRS prior to start of installation. b. Tolerances: Specified depths of mains and laterals and pitch of pipes are minimums. Settlement of trenches is cause for removal of finish grade treatment, refilling, recompaction, and repair of finish grade treatment. c. Coordination with other contracts: Protect, maintain, and coordinate work with work under other Sections. d. Damage to other improvements: Contractor shall replace or repair damage to grading, soil preparation, seeding, sodding, or planting done under other Sections during work associated with installation of irrigation system at no additional cost to Owner. e. Wire splicing in lengths less than 1000 FT will not be allowed in direct bury conditions. When conduit is used a maximum of 300 FT will be allowed, however, pull boxes will be installed at all splices. 1.03 SUBMITTALS A. Shop Drawings: I. See Section 01340. a. Model make and numbers. b. Equipment name. c. Manufacturer's specifications for all materials. B. Record Drawings (As Constructed): 1. Irrigation Contractor shall furnish Owner with a scaled "as constructed" Drawing of the completed system. This original 3 mil mylar will be updated to scale of all changes or modifications which occur during installation. This mylar Drawing will have dimensions, from two permanent points of reference (building corners, sidewalk, road intersections or permanent structures), location of the following items: a. Connection to existing water lines. b. Routing of sprinkler pressure lines (dimension maximum 100 FT along routing). c. Sprinkler control valves. d. Quick coupling valves. e. Drain valves (manual and/or automatic). f. Drip line blow-out stubs. g. All gate valves. h. Other related equipment as directed. 2. Processing of final pay request will not occur until as -constructed plans have been submitted, dated, and approved by the Engineer. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02441-4 01 02 C. Operation and Maintenance Manuals: 03 1. See Section 01340. 04 05 D. Operation Instructions: 06 1. Submit three written operating instructions, including 07 winterization procedures and start-up with cut sheets of 08 products to Owner maintenance personnel. 09 10 E. Submit thrust block design for pressure piping by registered 11 professional Engineer in State of Texas. 12 13 1.04 DELIVERY, STORAGE, AND HANDLING 14 15 A. Deliver, unload, store, and handle materials, packaging, 16 bundling, products in dry, weatherproof, waterproof condition 17 in manner to prevent damage, breakage, deterioration, 18 intrusion, ignition, and vandalism. Deliver in original 19 unopened packaging containers prominently -displaying 20 manufacturer name, volume, quantity, contents, instructions, 21 and conformance to local, state, and federal law. Remove and 22 replace cracked, broken, or contaminated items or elements 23 prematurely exposed to moisture, inclement weather, snow, 24 ice, temperature extremes, fire, or jobsite damage. 25 1. Handling of PVC pipe: Exercise care in handling, loading 26 and storing of PVC pipe. All PVC pipe shall be 27 transported in a vehicle which allows length of pipe to 28 - lie flat so as not to subject it to undue bending or 29 concentrated external loads. All sections of pipe that 30 have been dented or damaged shall be discarded, and, if 31 installed, shall be replaced with new piping. 32 33 34 35 PART 2 - PRODUCTS 36 37 2.01 ACCEPTABLE MANUFACTURERS 38 39 A. Subject to compliance with the Contract Documents, the 40 following Manufacturers are acceptable: 41 1. Sprinklers, valves and controller: 42 a. Base: 43 1) Rain bird. 44 2) Weathermatic. 45 3) Buckner. 46 4) Toro. 47 2. Vacuum Breakers: 48 a. Watts, Model 288A. 49 b. Or approved equal. 50 51 B. Submit requests for substitution in accordance with 52 Specification Section 01640. 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02441-5 01 2.02 MATERIALS 01 02 02 03 A. General Piping: 03 04 1. Pressure supply line (from point of connection through 04 05 backflow prevent unit) - Type 'K' hard copper. 05 06 2. Pressure supply lines (downstream of backflow prevention 06 r^ 07 units to zone control valves) - Class 200 PVC BE and 07 08 Class 160 PVC RT. 08 09 3. Non -pressure lines: Class 200 PVC BE. 09 10 4. Drip tubing: 1-1/2 IN and smaller ASTM D2239. 10 11 5. Drip fittings: ASTM D2609. 11 12 6. Emitter tubing: As recommended by Emitter. 12 13 13 14 B. Copper Pipe and Fittings: 14 15 1. Copper pipe: Type K, hard tempered. 15 16 2. Fittings: 16 17 a. Wrought copper. 17 18 b. Solder joint type. 18 19 3. Joints: 19 20 21 a. Soldered. 1) 45 percent silver, 15 percent copper, 15 percent 20 21 22 zinc, and 24 percent cadmium. 22 23 2) Solidus at 1125 DegF and liquids at 1145 DegF. 23 24 24 25 C. Brass Pipe and Fittings: 25 26 1. Brass pipe: 26 27 a. 85 percent red brass. 27 28 b. ANSI Schedule 40 screwed pipe. 28 29 2. Fittings: 29 30 a. Medium brass. 30 31 b. Screwed 125 LB class. 31 32 32 33 D. Plastic Pipe and Fittings: 33 34 1. Solvent weld pipe: Virgin polyvinyl chloride (PVC) 34 35 compound; ASTM D2241 and ASTM D1784; cell classification 35 36 12454-B, Type 1, Grade 1. 36 37 a. Fittings: Standard weight, Schedule 40, injection 37 38 molded PVC; complying with ASTM D1784 and D2466, cell 38 39 classification 12454-B, Type 1, Grade 1. 39 40 1) Threaded fittings: Schedule 80, injection molded 40 41 PVC complying with ASTM D2464, cell 41 42 classification 12454-B, Type 1, Grade 1. (where 42 43 required) 43 44 2) Tees and ells: Side gated. 44 45 b. Threaded nipples: 45 46 1) ASTM D2464. 46 r 47 2) Schedule 40. 47 f 48 3) Molded threads. - 48 49 c. Joint cement and primer: Type as recommended by 49 50 manufacturer. 50 51 2. Gasketed end pipe: Virgin polyvinyl chloride compound; 51 52 ASTM D2241 and D1784; cell classification 12454-B, Type 52 53 1, Grade 1. 53 City of Lubbock, Municipal Water Treatment - Contract 3 J I- 02441-6 01 a. Fittings: 02 1) Standard weight, Schedule 40, injection molded 03 PVC. 04 2) ASTM D1784 and D2466. 05 3) Cell classification 12454-6. 06 b. Gaskets: 07 1) Factory installed in pipe and fittings. 08 2) Metal or plastic support within gasket or plastic 09 retainer ring for gasket. 10 c. Flexible plastic pipe: 11 1) Virgin polyethylene, ASTM D2239. 12 2) Hydrostatic design stress of 636 psi, designated 13 as PE 2306. 14 d. Fittings: 15 1) ASTM D2609; PVC Type 1. 16 2) Cell classification 12454-B. 17 e. Hose clamps: 18 1) Stainless steel band and worm gear screw clamps. 19 2) Two clamps per joint on 1-1/2 IN and larger 20 fittings. 21 22 E. Gate Valves: 23 1. 3/4 through 2-1/2 IN pipe: 24 a. Brass construction. 25 b. Solid wedge. 26 c. IPS threads. 27 d. Non -rising stem with wheel operating handle. 28 2. 3 IN and larger pipe: 29 a. Iron body. 30 b. Brass or bronze -mounted AWWA gate valves. 31 c. Clear waterway equal to full nominal diameter of 32 valve. 33 d. Rubber gasket or mechanical joint -type. 34 e. 150 psi continuous working pressure. 35 f. Equip with a square operating nut. 36 37 F. Quick Coupling Valves: 38 a. Brass two-piece body. 39 b. 150 psi, working pressure. 40 c. Operable with quick coupler. 41 1) Equip with locking rubber cover. 42 2) Key size and type as shown on Drawing. 43 44 G. Valve Boxes: 45 1. Gate valves, drip line blow-out stubs, and wire stub box: 46 10 IN circular box x 10 IN deep. 47 2. Control valves 3/4 through 2 IN: 48 a. 12 x 15 IN rectangular box. 49 b. Depth of cover denoted on the plans. 50 3. Drip valve assemblies: 51 a. 12 x 15 IN rectangular box. 52 b. Depth of cover denoted on the Plans. 53 4. Control wiring splices: 10 IN circular box x 10 IN deep 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 02441-7 F O1 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 gray, as detailed. H. Automatic Drain Valves: 1. Positive sealing at 3 psi line pressure or greater. 2. Open to drain at less than 3 psi line pressure. 3. 1/2 IN male pipe thread connection. 4. Geotextile encapsulation. 5. Granular drainage capacity for volume in pipe times maximum cycles per stop. I. Sprinkler Heads: 1. As indicated on Drawings. 2. Fabricated riser units in accordance with details on Drawings. a. Riser nipples of same size as riser opening in sprinkler body. J. Backflow Preventer: 1. Size and type indicated on Drawings. 2. Brass construction. 3. 150 psi working pressure. 2.03 MAINTENANCE MATERIALS A. Furnish the following maintenance items to Owner prior to final acceptance: 1. Two sets of special tools required for removing, disassembling, and adjusting each type of sprinkler head and valve supplied on this.Project. 2. Two 6 FT valve keys for operation of gate valves or stop and waste valves (if applicable). 3. Two keys for each automatic controller. 4. Four quick coupler keys and two matching hose swivels for each type of quick coupling valve installed. 5. Two aluminum drain valve keys of sufficient length for operation of drain valves. B. Winterization: Include cost in bid for winterizing complete system at conclusion of sprinkling season (in which system received final acceptance) within 3 days notification by the Owner. System shall be voided of water using compressed air or similar method reviewed by Architect/Consultant. Reopen, operate, and adjust system malfunctions accordingly during April of following season within 3 days of notification by Owner. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas and conditions under which Work of this Section City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02441-8 O1 is to be performed. Do not proceed with Work until 02 unsatisfactory conditions have been corrected. 03 04 B. Grading operations, with the exception of final grading, 05 shall be completed and approved by. Owner before staking or 06 installation of any irrigation system begins. 07 08 3.02 PREPARATION 09 10 A. Staking: 11 1. Contact Consultant 48 HRS in advance and request review 12 of staking. 13 2. Consultant will advise installer as to the amount of 14 staking to be prepared. 15 3. Mark with powdered lime. 16 4. Flag heads for first few zones. 17 5. Consultant will review staking and direct changes, if 18 required. 19 6. Review does not relieve installer from coverage problems 20 due to improper placement of heads after staking. 21 7. If Project has significant topography, freeform planting 22 beds, or other amenities which could require alteration 23 of irrigation equipment layout as deemed necessary by 24 Consultant, do not install irrigation equipment in these 25 areas until Consultant has reviewed equipment staking. 26 27 B. Installation of sleeving under paving and concrete walks: 28 1. Extend a minimum 12 IN past edge of improvement prior to 29 concreting and paving operations. 30 31 C. Trenching: 32 1. Follow layout shown on Drawing where possible. 33 2. Dig trenches straight support pipe continuously on bottom 34 of trench. 35 3. Remove rock and organic debris from trench bottom. 36 37 D. Vibratory Plow: 38 1. Non -pressure piping installation if approved by Engineer 39 baked on soil conditions. . 40 2. Maintain minimum pipe depths. 41 3. Clearances: 42 a. Piping 3 IN and larger: 43 1) Minimum clearance: 5 IN horizontally on each 44 side of pipe. 45 b. Piping smaller than 3 IN: Minimum width of 7 IN. 46 c. Line clearance: 47 1) Not less than 6 IN of clearance between each 48 line. 49 2) Not less than 12 IN of clearance between lines of 50 other trades. 51 4. Pipe and wire depth: 52 a. Pressure supply piping: 18 IN from top of pipe. 53 b. Non -pressure piping (rotor): 18 IN from top of pipe. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 I 02441-9 01 c. Non -pressure piping (pop-up): 12 IN from top of 01 l 02 1 pipe. 02 03 d. Control wiring: Side of pressure main. 03 '- 04 5. Boring permitted where pipe must pass under 04 05 obstruction(s) which cannot be removed. 05 06 06 �. 07 3.03 INSTALLATION 07 08 08 09 A. Locate other equipment as near as possible to locations 09 10 designated. Deviations shall be reviewed by Consultant prior 10 11 to installation. 11 r 12 12 13 B. PVC Piping: 13 r14 1. Snake pipe in trench as much as possible to allow for 14 t 15 expansion and contraction. 15 16 2. Do not install pipe when air temperature is below 40 16 17 18 DegF. 3. Place manual drain valves at low points and dead ends of 17 18 19 pressure supply piping to ensure complete drainage of 19 20 system. 20 r" 21 4. Close pipe ends with tight plug or cap when pipe laying 21 22 is not in progress. 22 23 5. Solvent weld PVC pipe: 23 24 a. Lay pipe and make all plastic to plastic joints in 24 25 accordance with manufacturer's recommendations. 25 26 b. Allow 24 HRS before pressurization. 26 27 6. Gasketed end pipes. 27 28 a. Lay pipe and make pipe to fitting or pipe to pipe 28 29 joint, following pipe manufacturer's recommendations. 29 30 7. Thrust block sizing: 30 r 31 a. Employ a State licensed Professional Engineer. 31 32 1) Design to support system based on existing soils. 32 33 2) Submit to Owner for approval. 33 34 b. Construct thrust blocks behind all gasketed fittings, 34 35 tees, bends, reducers, line valves, and caps. 35 36 c. Contact Consultant prior to placing thrust blocks, 36 �,. 37 for observation of thrust block excavation and 37 38 initial placement. 38 39 39 40 C. Flexible Plastic (Polyethylene) Pipe: Lay pipe and assemble 40 41 fittings following manufacturer's recommendations. 41 42 42 43 D. Drip Tubing: 43 44 1. Install in bed areas at 8 IN depth, below top of soil 44 45 before installation of mulch. 45 46 2. Install at 12 IN depth if mulch is not to be installed. 46 47 3. In turf areas, install as non -pressure piping. 47 48 4. Install blow-out stubs at all dead ends. 48 49 49 50 50 51 E. Manual Control Valves: 51 52 1. Install 3 IN below finished grade as shown on Drawings 52 53 and as detailed. 53 E City of Lubbock, Municipal Water Treatment - Contract 3 r Bi �i 02441-10 01 2. when grouped, allow a minimum of 12 IN between valve 02 boxes. 03 3. Install each valve in separate valve box. 04 4. Install individual valve box flush with ground. 05 5. Place a minimum of 2 CF of 3/4 IN crushed gravel in 06 bottom of each box below valve. 07 08 F. Quick Coupling Valves: 09 1. Install quick couplers on double swing -joint risers of 10 Schedule 40 PVC pipe. 11 a. Plumb and flush to grade. 12 b. Angled nipple relative to pressure supply line shall 13 be no more than 45 DegF and no less than 10 DegF. 14 2. Install quick coupling valves as detailed on Drawings. 15 16 G. Drain Valves: 17 1. Install at all low points in pressure supplyline as 18 detailed. 19 2. Provide drainage sump for each drain valve based on the 20 following: 21 22 CUBIC FEET OF GRAVEL PER DRAIN 23 VALVE DISTANCE OF PIPING TO BE DRAINED 24 25 PIPE SIZE 0-250 LF 250-500 LF 500-750 LF 750-1000 LF 26 27 1 IN 0.75 1.5 2.25 3.0 28. 1-1/4 IN 0.75 1.5 2.25 3.0 29 1-1/2 IN 1.50 3.0 4.50 6.0 30 2 IN 2.50 5.0 7.50 10.00 31 2-1/2 IN 4.00 8.0 12.00 16.00 32 3 IN 6.00 12.00 18.00 24.00 33 4 IN 11.00 22.00 33.00 44.00 34 6 IN 25.00 50.00 50.00 50.00 35 8 IN 40.00 50.00 50.00 50.00 36 10 IN 50.00 50.00 50.00 50.00 37 12 IN 50.00 50.00 50.00 50.00 38 39 H. Valve Boxes: 40 1. Install one valve box for each type of valve. 41 a. Installed as detailed on Drawings. 42 b. Valve box extensions are acceptable for master valves 43 only. 44 c. Install gravel sump after compaction of all trenches. 45 d. Place final portion of -gravel inside valve box after 46 valve box is backfilled and compacted. 47 48 I. Gate Valves: Install where shown on Drawings as detailed. 49 50 J. Sprinkler Heads: 51 1. Install where designated on Drawings or where staked. 52 a. Set to finish as detailed. 53 b. Spacing of heads shall not exceed the maximum 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment Contract 3 02441-11 r r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 indicated on Drawing unless re -staked as directed by 01 Consultant. 02 c. In no case shall the spacing exceed maximum 03 recommended by manufacturer. 04 d. Adjust part circle heads for proper coverage. 05 e. Adjust heads to correct height after sod is 06 installed. 07 2. Install heads on double swing -joint risers of schedule 40 08 PVC pipe. 09 a. Angled nipple relative to non -pressure line shall be 10 no more than 45 Deg or less than 10 Deg. 11 3. Plant placement shall not interfere with intended 12 sprinkler head coverage, piping, or other equipment. 13 4. Engineer may request nozzle changes or adjustments 14 without additional cost to the Owner. 15 16 K. Backflow Preventer: Install as detailed at location 17 designated on Drawings. 18 19 L. Backfilling: See Section 02221. 20 1. Materials: 21 a. Excavated material is generally considered 22 satisfactory for backfill purposes. 23 b. Backfill material shall be free of rubbish, vegetable 24 matter, frozen materials, and stones larger than 1 IN 25 in maximum dimension. 26 c. Do not mix subsoil with topsoil. 27 d. Material not suitable for backfill shall be hauled 28 away. 29 e. Contractor shall be responsible for providing 30 suitable backfill if excavated material is 31 unacceptable or not sufficient to meet backfill, 32 compaction, and final grade requirements. 33 2. Do not leave trenches open for a period of more than 48 34 HRS. 35 a. Open excavations shall be protected in accordance 36 with OSHA regulations. 37 3. Compact backfill to 90 percent maximum density, 38 determined in accordance with ASTM D1557 utilizing the 39 following methods: 40 a. Mechanical tamping. 41 42 M. Piping Under Paving: 43 1. Provide for a minimum cover of 18 IN between the top of 44 the pipe and the bottom of the aggregate base. 45 a. Provide sand (backfill, 6 IN below pipe and 3 IN 46 above pipe). 47 2. Compact backfill per Section 02221. 48 3. Set in place, cap, and pressure test all piping under 49 paving prior to backfilling and paving operations. 50 a. Notify Engineer prior to testing. 51 4. Piping under existing walks or concrete pavement: 52 a. Complete by jacking, boring, or hydraulic driving. 53 City of Lubbock, Municipal Water Treatment - Contract 3 02441-12 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 b. Where cutting or breaking of walks and/or concrete is 01 necessary, remove in panels and replace at no cost to 02 Owner. 03 1) Obtain permission to cut or break walks and/or 04 concrete from Owner. 05 06 N. Water Supply and Point of Connection: 07 1. Water supply shall be extended as shown from water supply 08 lines. 09 10 3.04 FIELD QUALITY CONTROL 11 12 A. Flushing: After piping, risers, and valves are in place and 13 connected, but prior to installation of'sprinkler heads, 14 quick coupler assemblies, and hose valves, thoroughly flush 15 piping system under full head of water pressure from dead end 16 fittings. 17 1. Maintain flushing for 5 minutes through furthermost 18 valves. 19 2. Cap risers after flushing. 20 21 B. Testing: Conduct tests in presence of Consultant. 22 1. Arrange for presence of Consultant 48 HRS in advance of 23 testing. 24 2. Supply force pump and all other test equipment. 25 3. After backfilling, and installation of all control 26 valves, fill pressure supply line with water. 27 a. Pressurize to 40 psi over the designated static 28 pressure or 120 psi, whichever is greater. 29 b. Test for a period of 2 HRS. 30 4. Leakage, pressure loss: Test is acceptable if no leakage 31 or loss of pressure is evident during test period. 32 5. Leaks: Detect and repair leaks. 33 6. Retest system until test pressure can be maintained for 34 duration of tests. 35 7. Before final acceptance, pressure supply line shall 36 remain under pressure for a period of 48 HRs. 37 38 C. Walk Through for Substantial Completion: 39 1. Arrange for Consultant's presence 48 HRS in advance of 40 walk-through. 41 2. Entire system shall be completely installed and 42 operational prior to scheduling of walk-through. 43 3. Operate each zone in its entirety for Consultant at time 44 of walk-through. 45 a. Open all valve boxes if directed. 46 4. During walk-through, expose all drip emitters under 47. operations for observation. 48 a. Demonstrate they are performing and installed as 49 designed. 50 1) Prior to placing of all mulch material. 51 52 D. Walk -Through for Final Completion: 53 City of Lubbock, Municipal Water Treatment - Contract 3 C-02441-13 r 01 1. Arrange for Consultant's presence 48 HRS in advance of 01 02 walk-through. 02 03 2. Show evidence to Consultant that Owner has received all 03 04 accessories, charts, record drawings, and equipment as 04 F 05 required before Final Completion walk-through is 05 06 scheduled. 06 �- 07 3. Operate each zone, in its entirety for Consultant at time 07 08 of walk-through to ensure correction of all incomplete 08 09 items. 09 10 10 11 3.05 ADJUSTMENT 11 12 12 13 A. Upon completion of installation, "fine-tune" entire system by 13 r' 14 regulating valves, adjusting patterns and break-up arms, and 14 15 setting pressure reducing valves at proper and similar 15 16 pressure to provide optimum and efficient coverage. 16 r 17 1. Flush and adjust all sprinkler heads for optimum 17 18 performance and to prevent overspray onto walks, 18 19 roadways, and buildings as much as possible. 19 20 2. Heads of same type shall be operating at same pressure 20 21 ±7 percent. 21 l 22 22 23 B. If it is determined that irrigation adjustments will provide 23 r 24 proper and more adequate coverage, make such adjustments 24 25 prior to Final Acceptance, as directed, at no additional cost 25 26 to Owner. 26 .- 27 1. Adjustments may also include changes in nozzle sizes, 27 28 degrees of arc, and control valve throttling. 28 29 29 30 C. All sprinkler heads shall be set perpendicular to finish 30 31 grade unless otherwise designated. 31 32 32 33 3.05 CLEANING 33 34 34 { 35 A. Maintain continuous cleaning operation throughout duration of 35 36 work. Dispose of, off -site at no additional cost to Owner, 36 37 all trash or debris generated by installation of irrigation 37 38 system. 38 39 39 _ 40 END OF SECTION 40 7 City of Lubbock, Municipal Water Treatment - Contract 3 r P (THIS PAGE LEFT BLANK INTENTIONALLY) P 4 . 02444-1 r' 01 02 03 r- 04 l_ 05 06 07 08 09 10 14 15 16 17 18 19 20 r 21 22 23 24 25 26 27 28 29 30 31 G 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 E 4.. 92E14 PART 1 - GENERAL 1.01 SUMMARY SECTION 02444 CHAIN LINK FENCE AND GATES A. Section Includes: 1. 6 FT chain link fencing and gates. 2. 4 FT chain link fence at structures. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03308 - Concrete, Materials and Proportioning. 4. Section 07900 - Joint Sealants. 1.02 QUALITY ASSURANCE A. Referenced Standards: I. American Society for Testing and Materials (ASTM): a. A153, Standard Specifications for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. b. A817, Standard Specifications for Metallic -Coated Steel Wire for Chain Link Fence Fabric. c. A824, Metallic -Coated Steel Marcelled Tension Wire. d. F567, Standard Practice for Installation of Chain Link Fence. e. F626, Standard Specification for Fence Fittings. f. F669, Standard Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence. g. F900, Industrial and Commercial Swing Gates. h., F1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures. 2. Chain Link Manufacturer's Institute for "Galvanized Steel Chain Link Fence Fabric and Accessories." B. Qualifications: 1. Installer bonded and licensed in the Project state. 2. Installer shall have a minimum 2 years experience installing similar fencing. 3. Utilize only AWS certified welders. 1.03 DEFINITIONS A. Knuckling: The type of selvage obtained by interlocking City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02444-2 01 adjacent pairs of wire ends and then bending the wire ends 01 02 back into a loop. 02 03 03 04 B. Twisting: The type of selvage obtained by twisting 04 05 adjacent pairs of wire ends together in a close helix of' 05 06 1-1/2 machine turns. 06 07 07 08 1.04 SUBMITTALS 08 09 09 10 A. Shop Drawings: 10 11 1. Product technical data including: 11 12 a. Acknowledgement that products submitted meet 12 13 requirements of standards referenced. 13 14 b. Manufacturer's installation instructions. 14 15 2. Scaled plan layout showing spacing of components, 15 16 accessories, fittings, and post anchorage. 16 17 3. Mill certificates. 17 18 4. Source quality control test results. 18 19 19 20 20 21 PART 2 - PRODUCTS 21 22 22 23 2.01 ACCEPTABLE MANUFACTURERS 23 24 24 25 A. Subject to compliance with the Contract Documents, the 25 26 following Manufacturers are acceptable: 26 27 1. Fence systems: 27 28 a. Cyclone. 28 29 b. Page -Wilson Corporation (Page Fence Division). 29 30 c. Anchor Fence, Inc. 30 31. d. Or approved equal. 31 32 32 33 B. Submit requests for substitution in accordance with 33 34 Specification Section 01640. 34 35 35 36 2.02 6 FOOT SITE FENCE 36 37 37 38 A. Chain Link Fabric: 38 39 1. Fabric type: 39 40 a. ASTM A817 steel: 40 41 1) Zinc coated, 2.00'OZ/SF. 41 42 2. Wire gage: 9. 42 43 3. Mesh size: 2 IN. 43 44 4. Selvage treatment: 44 45 a. Top: Knuckled. 45 46 b. Bottom: Twisted and barbed. 46 41 47 48 B. Fittings: ASTM F626. 48 49 49 50 C. Concrete: See Section 03308. 50 51 51 52 D. Line Post: 52 53 1. ASTM F1083 pipe: 53 City of Lubbock, Municipal Water Treatment - Contract 3 F 02444-3 01 a. Schedule 40, NPS 2. 01 02 02 03 E. Corner or Terminal Posts: 03 04 1. ASTM F1083 pipe: 04 05 a. Schedule 40, NPS 2-1/2. 05 06 06 07 F. Brace and Rails: 07 08 1. ASTM F1083 pipe: 08 09 a. Schedule 40, NPS 1-1/4. 09 10 10 11 G. Tension wire: 11 12 1. Bottom of fabric: 12 13 a. ASTM A824, galvanized steel, Class 3. 13 14 14 15 H. Swing Gate: 15 16 1. ASTM F900. 16 17 2. Materials as specified for fence framework and fabric. 17 18 3. Hardware: 18 19 a. Galvanized per ASTM A153. 19 20 b. Hinges to permit 90-degree in and out gate 20 21 opening. 21 22 c. Provide heavy duty brass padlock with two keys. 22 23 23 24 1. Barbed Wire: 24 25 1. Three strands. 25 26 2. Galvanized steel: 26 27 a. ASTM A121. 27 28 b. Class 3. 28 29 c. Four -point barbs. 29 30 30 31 2.03 4 FOOT GUARD FENCE 31 32 32 33 A. Chain Link Fabric: 33 34 1. Fabric type: 6061-T94 Aluminum. 34 35 2. Wire gage: 9. 35 36 3. Mesh size: 2 IN. 36 37 38 4. Selvage treatment: a. Top: Knuckled. 37 38 39 b. Bottom: Twisted and barbed. 39 40 5. Post setting cement: Non -corrosive, non -shrink, 40 j� 41 exterior grade grout. 41 k. 42 6. Provide at locations indicated on Drawings. 42 43 43 44 B. Fittings: 6063-T6 Aluminum. 44 45 45 46 C. Concrete: See Section 03308. 46 47 47 r 48 D. Line Post: 48 49 1. 6063-T6 Aluminum pipe: 49 50 a. Schedule 40, NPS 2. 50 51 51 52 E. Corner or Terminal Posts: 52 53 1. 6063-T6 Aluminum pipe: 53 r- i a City of Lubbock, Municipal Water Treatment - Contract 3 l: . 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02444-4 a. Schedule 40, NPS 2-1/2. F. Brace and Rails: 1. 6063-T6 Aluminum pipe: a. Schedule 40, NPS 1-1/4. G. Tension Wire: 1. 6061-T94. 2.04 SOURCE QUALITY CONTROL A. Test related fence construction materials.to meet the following standards: 1. Posts and rails: a. "Performance Criteria for Future Products IV" of ASTM F669, light industrial for 7 FT height or less. PART 3 - EXECUTION 3.01 INSTALLATION A. Install in accordance with: 1. Manufacturer's instructions. 2. Lines and grades shown on Drawings. 3. In accordance with ASTM F567. B. Do not start fence installation before final grading is complete and finish elevations are established. C. Drill holes in firm, undisturbed or compacted soil. D. Set all posts in concrete footings with crowned, steel troweled tops of following minimum dimensions: 1. Line posts: 10 IN DIA, 36 IN concrete encasement. 2. All other -posts up to 6 IN DIA: 12 IN DIA, 36 IN cover. 3. Posts over 6 IN DIA: 18 IN DIA by 48 IN concrete encasement. E. Set all posts at structures in sleeves; fill sleeves with non -shrink setting cement to 1/4 IN below top of surface, set posts centered and strike off excess cement. Calk around posts with sealant specified in Section 07900. F. Place fence with bottom edge of fabric 1 IN above grade. Correct minor irregularities in earth to maintain maximum 2 IN clearance. G. Space line posts at equal intervals not exceeding 10 FT OC. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02444-5 01 H. Provide post braces for each gate corner pull and terminal 01 02 post and first adjacent line post. 02 03 03 r" 04 I. Install tension bars full height of fabric. 04 I . 05 05 06 J. Rails: Fit rails with expansion couplings of outside 06 r 07 sleeve type. 07 08 1. Rails continuous for outside sleeve type for full 08 09 length of fence. 09 10 10 11 K. Provide expansion couplings in top rails at not more than 11 12 20 FT intervals. 12 13 13 14 L. Anchor top rails to main posts with appropriate wrought or 14 15 malleable fittings. 15 16 16 r• 17 M. Install bracing assemblies at all end and gate posts, as 17 18 well as side, corner, and pull posts. 18 19 1. Locate compression members at mid -height of fabric. 19 20 2. Extend diagonal tension members from compression 20 21 members to bases of posts. 21 22 3. Install so that posts are plumb when under correct 22 23 tension. 23 24 24 25 N. Pull fabric taut and secure to posts and rails. 25 26 1. Secure so that fabric remains in tension after pulling 26 .. 27 force is released. 27 28 2. Secure to posts at not over 15 IN OC, and to rails at 28 29 not over 24 IN OC, and to tension wire at not over 24 29 30 IN OC. 30 (� 31 3. Use U-shaped wire conforming to diameter of pipe to 31 32 which attached, clasping pipe and fabric firmly with 32 33 ends twisted at least two full turns. 33 34 4. Bend ends of wire to minimize hazards to persons or 34 35 clothing. 35 36 36 ��^^ 0. Install post top at each post. 37 337 8 38 ` 39 P. Gates: 39 40 1. Construct with fittings or by welding. 40 r 41 2. Provide rigid, weatherproof joints. 41 42 3. Provide non -sagging, non -twisting gate. 42 43 4. Coat welds with rust preventive paint, color to match 43 44 pipe. 44 45 45 46 46 ,. 47 END OF SECTION 47 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) r 02502-1 I r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92Al2 SECTION 02502 01 02 CONCRETE PAVEMENT 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Concrete pavement. 11 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and 14 Conditions of the Contract. 15 2. Division 1 - General Requirements. 16 3. Section 03308 - Concrete, Materials and Proportioning. 17 4. Section 03311 - Concrete Mixing, Placing, Jointing, and 18 Curing. 19 20 21 1.02 QUALITY ASSURANCE 22 23 A. Referenced Standards: 24 1. American Association of State Highway and Transportation 25 Officials (AASHTO): 26 a. M74, Sheet Materials for Curing Concrete. 27 b. M153, Specification for Preformed Expansion Joint 28 Fillers (ASTM D1752) for Concrete Paving and 29 Structural Construction. 30 c. M171, Sheet Materials for Curing Concrete. 31 d. M213, Specification for Preformed Expansion Joint 32 Fillers (ASTM 01751) for Concrete Paving and 33 Structural Construction. 34 e. M224, Protective Coatings for Portland Cement 35 Concrete. 36 f. M233, Boiled Linseed Oil Mixture for Treatment of 37 Portland Cement Concrete. 38 g. T99, Moisture -Density Relations of Soils Using a 5.5 39 LB (2.5 kg) Rommer and a 12 IN Drop 4. 40 2. American Concrete Institute (ACI): 41 a. 305, Recommended Practice for Hot Weather Concreting. 42 b. 306, Recommended Practice for Cold Weather 43 Concreting. 44 c. 316, Specifications for Concrete Pavement and 45 Concrete Bases. 46 d. 325, Recommended Practice for the Design of Concrete 47 Pavements. 48 3. American Society for Testing and Materials (ASTM): 49 a. A615, Standard Specification for Deformed and Plain 50 Billet -Steel Bars for Concrete Reinforcement. 51 b. C33, Standard Specifications for Concrete Aggregates. 52 c. C150, Standard Specification for Portland Cement. 53 City of Lubbock, Municipal Water Treatment - Contract 3 02502-2 01 d. C174, Measuring Length of Drilled Concrete Cores. 01` 02 e. C309, Liquid Membrane -forming Compounds for Curing 02 03 Concrete. 03 04 4. Federal Specification (FS): 04: 05 a. SS-S-164. 05 06 b. TT-P-115C. 06 07 c. TT-S 00227 E(3). 07 08 08 09 B. Qualifications: 09 10 1. Concrete installer shall have successfully completed at 10 11 least three other projects of similar size and type. 11 12 12 13 1.03 DEFINITIONS 13 14 14 15 A. Average Pavement Thickness: The weighted average of the 15 16 acceptable pavement, taking into consideration the length of 16 17 the pavement after eliminating all sections not within the l 17 18 IN tolerance. 18 19 19 20 1.04 SUBMITTALS 20 21 21 22 A. Shop Drawings: 22 23 1. Product technical data including: 23 24 a. Acknowledgement that products submitted meet 24 25 1requirements of standards referenced. 25 26 b. Manufacturer's installation instructions. 26 27 2. Mix design(s) in accordance with Sections 03308 and 27 28 03350. 28 29 3. Qualifications of concrete installer. 29 30 4. Drawings detailing all reinforcing. 30 31 5. Scaled cross section detail of crown template with 31 32 dimensions showing off sets from level line. 32 33 6. Concrete pavement joint pattern for paved areas. 33 34 34 35 B. Samples: 35 36 1. Samples of fabricated jointing materials and devices. 36 37 37 38 38 39 PART 2 - PRODUCTS 39 40 40 41 2.01 MATERIALS 41 42 42 43 A. Portland Cement: ASTM C150, Type I or IA. 43 44 44 45 B. Aggregates: ASTM C33. 45 46 46 47 C. Water: Potable quality. 47 48 48 49: D. Admixtures: See Section 03308. 49 50 50 51 E. Reinforcing Bars: ASTM A615, Grade 60. 51 52 52 53 F. Preformed Joint Filler: 53 City of Lubbock, Municipal Water Treatment - Contract 3 02502-3 Pft 01 1. Non -extruding cork, self -expanding cork, sponge rubber or 02 cork -rubber. 03 2. Meet AASHTO M153 or M213. 04 05 G. Hot -Poured Joint Sealing Material: Fed Spec SS-S-164. 06 07 H. Sidewalk Joint Sealant: 08 1. Two compound polyurethane. 09 2. Class A, Type 1. �• 10 3. Self -leveling. 11 4. Non -tracking. k' 12 5. Meets Fed Spec TT-S 00227 E(3). 13 14 I. Membrane Curing Compound: ASTM C309. 15 16 J. Concrete Treatment: Boiled linseed oil mixture. 17 1. Meets AASHTO M233. 18 19 K. Traffic Paint: Fed Spec TT-P-115C. r 20 6 21 L. Forms: 22 1. Steel or wood. 23 2. Size and strength to resist movement during concrete 24 placement and able to retain horizontal and vertical 25 alignment. 26 3. Free of distortion and defects. 27 4. Full depth. 28 5. Metal side forms: 29 a. Minimum 7/32 IN thick. 30 31 b. Depth equal to edge thickness of concrete. c. Flat or rounded top minimum 1-3/4 IN wide. 32 d. Base 8 IN wide or equal to height, whichever is less. 33 e. Maximum deflection 1/8 IN under center load of 1,700 34 LBS. 35 f. Use flexible spring steel forms or laminated boards 36 to form radius bends. 37 38 2.02 MIXES 39 40 A. Mix design to provide 4,000 psi 28-day compressive strength, 41 3-1/2 IN ±1 IN slump, 6 percent air. 42 43 44 PART 3 - EXECUTION 45 46 3.01 PREPARATION r47 48 A. Subgrade Preparation: 49 1. Prepare using methods, procedures, and equipment r.. 50 necessary to attain required compaction densities. 51 2. Scarify and recompact top 6 IN of fills and embankments 52 which will be under paved areas. 53 3. Remove soft or spongy areas. Replace with material rr I City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02502-4 01 acceptable to the Soils Engineer. 02 4. Compact to the following densities: 03 a. Cohesive soils: 95 percent per AASHTO T99. 04 b. Non -cohesive soils: 75 percent relative per ASTM 05 D4253. 06 5. Assure moisture content is within limits prescribed to 07 achieve required compaction density. 08 6. Following compaction, trim and roll to exact cross 09 section. Check with approved grading template. 10 7. Perform density tests on subgrade to determine that 11 subgrade complies with the specification. 12 13 B. Appurtenance Preparation: 14 1. Block out or box out curb inlets and curb returns. 15 2. Provide for joint construction as detailed and 16 dimensioned on Drawings. 17 3. Adjust manholes, inlets, valve boxes and any other 18 utility appurtenances to design grade. 19 4. Headers: 20 a. Construct at open.ends of pavements. 21 b. Use same concrete to construct headers as that used 22 in the abutting structure. 23 c. Extend header full width of pavement and crown, same 24 as pavement. 25 5. Clean and oil forms. 26 27 3.02 INSTALLATION 28 29 A. Concrete Production: See Section 03311. 30 31 B. Forms: 32 1. Form support: 33 a. Compact soil foundation and cut to grade to support 34 forms and superimposed machine loads. 35 b. Use bearing stakes driven flush with bottom of form 36 to supplement support as necessary. 37 c. Do not use earth pedestals. 38 2. Staking forms: 39 a. Joint forms neatly and tightly. 40 b. Stake and pin securely with at least three pins for 41 each 10 FT section. 42 3. Clean and oil forms prior to placement of concrete. 43 4. Set forms sufficiently in advance of work (minimum of 2 44 HRS) to permit inspection by Engineer. 45 5. Previously finished pavement or curb and gutter 46 contiguous with new work may serve as side form when 47 specifically approved. 48 49 C. Reinforcing: 50 1. Locate longitudinal edge bars between 3 and 6 IN from 51 edge of slab. 52 2. Lap mats one full space. 53 3. Tie end transverse member of upper mat securely to 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 rr- City of Lubbock, Municipal Water Treatment - Contract 3 02502-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 prevent curving. 4. Lap non -welded bars 12 IN minimum. 5. Support: a. Place bars and heavy mats securely on chairs at called -for height. b. Place other fabric on the first of a two -course pour and cover promptly with final pour or place fabric by a fabric -placer if procedure is reviewed and approved by Owner. D. Joints: I. Hold joint location and alignment to within ±1/4 IN. 2. Finish concrete surface adjacent to previously placed slab to within ±1/8 IN, with tooled radius of 1/4 IN. 3. Metal keyway joints: a. Form by installing metal joint strip left in place. b. Stake and support like side form. c. Provide dowels or tie bars if called for. 4. Weakened plane joints: a. Tooled joints: 1) Form groove in freshly placed concrete with tooling device. 2) Groove dimensions shall be 3/8 IN at surface and 1/4 IN at root. b. Sawed joints: 1) Saw 1/4 IN groove in green concrete. 2) Commence sawing as soon as concrete is hard enough to withstand operation without chipping, spalling or tearing, regardless of nighttime or weather. 3) Thoroughly wet surface to protect membrane cure and recoat afterward. 4) Complete saw cutting before shrinkage stresses cause cracking. 5. Stake in place load transfer device for expansion joints consisting of dowels, supporting and spacing means and premolded joint filler as per Drawing details. 6. Install construction joints at end of day's work or wherever concreting must be interrupted for 30 minutes or more. 7. Thoroughly clean and fill joints with joint sealing material as specified. 8. Fill joints without overflowing onto pavement surface. E. Place concrete per Section 03311. F. Cold and Hot Weather Concreting: 1. Cold weather: a. Except by specified written authorization, cease concrete placing when descending air temperature in shade falls below 40 DegF. b. Do not resume until 'ambient temperature rises to minimum 40 DegF. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02502-6 01" c. If placing is authorized maintain temperature of mix 01 02 between 60 and 80 DegF. 02 03 d. Heat aggregates or water or both. 03 04 e. Water temperature may not exceed 175 DegF. 04 05 f. Aggregate temperature may not exceed 150 DegF. 05 06 g. Remove and replace frost damaged concrete. 06 07 h. Salt or other antifreeze is not permitted. 07 08 i. Comply with ACI 306. 08 09 2. Hot weather: 09 10 a. Except by specified written authorization, cease 10 11 concrete placing when plastic mix temperature cannot 11 12 be maintained under 90 DegF. 12 13 b. Aggregates or water or both may be cooled. 13 14 c. Cool water with crushed ice. 14 15 d. Cool aggregates by evaporation of water spray. 15 16 e. Never batch cement hotter than 160 DegF. 16 17 f. Comply with ACI 305. 17 18 18 19 G. Finishing: 19 20 1. As soon as placed, strike off and screed to,crown and 20 21 cross section, slightly above grade so that consolidation 21 22 and finishing will bring to final Drawing elevations. 22 23 2. Maintain uniform ridge full width with first pass of 23 24 first screed. 24 25 3. Pavement, curb and gutter and similar surfaces: 25 26 a. float by longitudinally reciprocating float, passing 26 27 gradually from edge to edge. 27 28 b. Assure successive advances do not exceed half the 28 29 length of the float. 29 30 c. Test level of slab with minimum 10 FT straightedge. 30 31 Fill depressions with fresh material, consolidate and 31 32 refinish. Cut down high areas and retest. 32 33 d. Belt surface with two-ply canvas belt, using 33 34 transverse strokes while advancing along center line. 34 35 e. Provide final finish by full width burlap or carpet 35 36 drag, drawn longitudinally. Keep drag clean to.avoid 36 37 build up and consequent scarring. 37 38 f. Tool pavement edges with suitable edger. 38 39 g. Retest with straightedge. If pavement shows 39 40 deviation of more than 1/8 IN in 10 FT, remove and 40 41 replace. 41 42 4. Sidewalk, steps, ramps, and similar surfaces: 42 43 a. Test with 6 FT straightedges equipped with long 43 44 handles and operated from off the sidewalk. Draw 44 45 excess water and laitance off from surface. 45 46 b. Float finish so as to leave no disfiguring marks but 46 47 to produce a uniform granular or sandy texture. 47 48 c. Tool pavement edges with suitable edger. 48 49 49 50 H. Curing: 50 51 1. Apply membrane curing compound per ASTM C309 and in 51 52 -accordance with manufacturer's directions but at a rate 52 53 of not more than 400 SF per gallon. 53 City of Lubbock, Municipal Water Treatment Contract 3 y. I 02502-7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 2. Apply curing compound within 4 HRS after finishing or as soon as surface moisture has dissipated. 3. Cure for minimum of 7 days. 4. When average daily temperature is below 50 DegF, provide insulative protection of 12 IN minimum thickness loose dry straw:or equivalent for 10 days. 5. Linseed oil sealant: a. For concrete pavement or sidewalk which will be subjected to de-icing chemicals during its FIRST winter of use, seal surface with linseed oil. Apply linseed oil to clean surface as per AASHTO M224 after concrete has cured for 1 month. b. Apply first application at rate of 67 SY per gallon. c. Apply second application to a dry surface at rate of 40 SY per gallon. I. Protection of Concrete: 1. Protect newly paved .surfaces and appurtenances from traffic for minimum of 14 days. 2. Repair or replace parts of pavement damaged by traffic, or other causes occurring prior to final acceptance. 3. Protect concrete pavement against public traffic, construction traffic and traffic caused by employees and agents. 4. No equipment shall be driven or moved across newly paved surfaces unless such equipment is rubber -tired and only if paved surface is designed for and capable of sustaining loads to be imposed by the equipment. 5. Do not drive over new or existing paved surfaces with tracked vehicles and equipment. J. Painting and Striping: 1. Stripe and mark pavement per the Drawings following sufficient cure time for pavement and as directed by Engineer. K. Opening to Traffic: 1. After 14 days, pavement may, at opened to traffic if job cured attained a compressive strength inch when tested in accordance methods. Owner's discretion, be test cylinders have of 3,000 LBS per square with ASTM standard 2. Prior to opening to traffic, clean and refill joints as required with the specified filler material. L. Pavement Patching: 1. Comply with material and density requirements as mentioned elsewhere in this Specification except provide 6 IN granular subbase immediately below the patch. 2. Place pavement patch providing a thickened edge. 3. Assure that patch in plane of "cold" joint has a thickness 6 IN greater than that of the existing pavement. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02502-8 01 4. Extend patch under existing pavement for a distance of no 01 02 less than 6 IN. 02 03 5. Fill void under existing pavement with concrete. 03 �- 04 6. Undercut existing pavement 6 IN all around patch and to a 04 05 depth of,6 IN. 05 06 7. Prior to placing patch sawcut edge of existing pavement 06 07 to 1/4 depth and remove pavement to provide a vertical 07 08 face for a straight and true joint 08 09 09 10 10 11 END OF SECTION 11 City of Lubbock, Municipal Water Treatment - Contract 3 02513-1 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92E14 SECTION 02513 ASPHALTIC CONCRETE VEHICULAR PAVING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Asphaltic concrete vehicular paving. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Federal.Specifications (FS): a. TT-P-115E. 2. Construction standards: State of Texas, Department of Highways and Public Transportation as amended to date. B. Miscellaneous: 1. Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. 1.03 SUBMITTALS A. Shop Drawings: 1. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 2. Asphalt design mix. PART 2 - PRODUCTS 2.01 MATERIALS A. Asphaltic Concrete: Per Item 340, Texas Department of Highways and Public Transportation, Standard Specifications. B. Line Paint: 1. Nonreflective. 2. White. 3. Fed Spec TT-P-115E. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 F 02513-2 01 2.02 MIXES 02 03 A. Comply with mix design type D, Item 340, Texas Department 04 of Highways and Public Transportation, Standard 05 Specifications. 06 07 08 PART 3 - EXECUTION 09 10 3.01 INSTALLATION 11 12 A. Construct to line, grade and section as shown on Drawings and 13 in accordance with referenced State Specifications. 14 15 B. Install a 6 IN compacted layer of flexible base course 16 in accordance with Item 248 of the referenced State 17 Specifications. 18 19 C.. Spread a prime coat uniformly on compacted aggregate base 20 course at rate of 0.05 to 0.10 GAL per square yard in 21 accordance with Item 310 of State Specifications. 22 23 D. Install a 1-1/2 IN surface course, type D in accordance 24 with Item 340 of State Specifications 25 26 E. Tolerance of Finished Grade: ± 1/4 IN from required 27 elevations. 28 29 F. Line Painting: 30 1. Thoroughly clean surfaces which are to receive paint. 31 2. Make completely dry before paint is applied. 32 3. Do not paint until minimum of 5 days has elapsed from 33 time surface is completed. A longer period may be 34 required if directed by Engineer. 35 4. Do not apply paint over wet surfaces, during wet or damp 36 weather, or when temperature is below 40 DegF. 37 5. Lay out markings and striping in accordance with 38 Drawings. Width of painted lines;"4 IN. 39 40 END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 City of Lubbock, Municipal Water Treatment Contract 3 02515-1 71 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92Al2 SECTION 02515 01 02 PRECAST CONCRETE MANHOLE STRUCTURES 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY O8 09 A. Section Includes: 10 1. Precast concrete manhole structures and appurtenant 11 items. 12 a. Sanitary sewer manholes and appurtenances. 13 b. Drain manholes and appurtenances. 14 c. Storm sewer manholes and appurtenances. 15 16 B. Related Sections include but are not necessarily limited to: 17 1. Division 0 - Bidding Requirements, Contract Forms, and 18 Conditions of the Contract. 19 2. Division 1 - General Requirements. 20 3. Section 02221 - Trenching, Backfilling, and Compacting 21 for Utilities. 22 4. Section 03208 - Reinforcement. 23 5. Section 03308 - Concrete Materials and Proportioning. 24 6. Section 09905 - Painting and Protective Coatings. 25 26 1.02 QUALITY ASSURANCE 27 28 A. Referenced Standards: 29 1. American Association of State Highway and Transportation 30 Officials (AASHTO): 31 a. M198, Standard Specification for Asbestos -Cement 32 Underdrain Pipe. 33 2. American Society for Testing and Materials (ASTM): 34 a. A48, Gray Iron Castings (Class 35 Minimum). 35 b. C150, Portland Cement. 36 c. C478, Precast Reinforced Concrete Manhole Sections. 37 d. C923, Resilient Connectors Between Reinforced 38 Concrete Manhole Structures and Pipes. 39 e. D1227,Emulsified Asphalt Used As a Protective Coating 40 for Roofing. 41 f. 04022, Coal Tar Roof Cement. 42 3. Occupational, Health and Safety Administration (OSHA). 43 44 1.03 SUBMITTALS 45 46 A. Shop Drawings: 47 1. See Section 01340. 48 2. Product technical data including: 49 a. Acknowledgement that products submitted meet 50 requirements of standards referenced. 51 b. Manufacturer's installation instructions. 52 3. Fabrication and/or layout drawings: 53 City of Lubbock, Municipal Water Treatment - Contract 3 02515-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22' 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 a. Include detailed diagrams of manholes showing typical components and dimensions. b. Itemize, on separate schedule, sectional breakdown of each manhole structure with all components and refer to drawing identification number or notation. c. Indicate knockout elevations for all piping entering each manhole. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Manhole steps, rings, covers and frames: a. Neenah Foundry. b. Deeter Foundry. 2. Black mastic joint compound: a. Kalktite 340. b. Tufflex. c. Plastico. 3. Premolded joint compound: a. Ram Nec. b. Kent Seal. 4. Fibered asphalt compound: a. Sonneborn Hydrocide 700E Semi -Mastic. B. Submit request for substitutions in accordance with Specification Section 01640. 2.02 SANITARY SEWER, STORM AND DRAIN MANHOLE STRUCTURE COMPONENTS A. Manhole Components: 1. Reinforcement: ASTM C478. 2. Minimum wall thickness: 5 IN. 3. Minimum base thickness: 12 IN. 4. Provide the following components for each manhole structure: a. Base (precast) with integral bottom section or (cast -in -place). b. Precast bottom section(s). c. Precast barrel section(s). d. Precast eccentric transition section. e. Precast adjuster ring(s). f. Precast concrete transition section. g. Precast flat top. 5. Unless dimensioned or specifically noted on Drawings, provide manhole section with minimum 48 IN inside dimensions. B. Nonpressure Type Frames and Cover: 1. Cast or ductile iron frame and covers: ASTM A48, Class 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 02515-3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 17 19 20 21 22 23 24 25 26 27 28 29 .. 30 31 32 33 pe 34 35 36 ., 37 38 39 40 41 42 43 44 45 46 .. 47 48 49 50 51 52 53 7 35 (minimum). 2. Use only cast or ductile iron of best quality, free from imperfections and blow holes. 3. Furnish frame and cover of heavy-duty construction a minimum total weight of 450 LBS. 4. Machine all horizontal surfaces. 5. Furnish unit with solid nonventilated lid with concealed pickholes. Letter covers "SEWER" for all collection. system manholes, "DRAIN" for all gravity unit drains returning flow to the headworks, and "STORM" for storm sewer systems. 6. Ensure minimum clear opening of 24 IN DIA. C. Pressure Type Frame and Cover: 1. Furnish frame and bolted cover of heavy-duty construction. Equip unit with six countersunk 3/8 IN DIA by 1-1/2 IN long with brass washers. 2. Provide machined horizontal surfaces and furnish solid lid and minimum 1/8 IN thick x 1/2 IN wide continuous strip neoprene gasket. 3. Furnish unit with a minimum of six anchorage holes and six 6 IN long x 3/4 IN DIA anchor bolts. 4. Provide covers with cast letters, marked as per paragraph 2.02 B. Ensure clear opening of 24 IN. D. Manhole Steps: 1. Provide each manhole with extruded aluminum manhole steps with safety tread. Furnish spacing and dimensions of steps complying to OSHA requirements for fixed ladders. 2. Provide maximum distance from surface to first rung is not greater than 16 IN and that maximum spacing on remaining steps is 16 IN OC. Locate step such that center of rung is nominal 7 IN clear of wall. 3. Minimum step width of 14 IN and minimum cross section of 0.875 IN of solid material. 4. Embed a minimum of 3 IN and anchor integrally into manhole or structure walls. E. Special Coatings and Joint Treatment: 1. Joints of precast sections: a. Black mastic compound: ASTM D4022. 2. Aluminum components embedded in concrete: a. See Section 09905 for protective coating for aluminum embedded in concrete. 3. Vertical wall surfaces: a. Emulsified fibrated asphalt compound for all vertical wall surfaces (interior and exterior) meeting ASTM D1227 Type I. F. Sanitary Sewer Manhole Concrete: 1. Provide all sanitary manholes constructed with Portland ASTM C150, Type I or II cement with a tricalcium aluminate content not to exceed 8 percent. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 n 02515-4` 01 2. Mix aggregate shall be a minimum of 50 percent crushed 01 02 limestone. 02 03 3. Provide 3000.psi non -shrink grout. 03 04 04 05 05 06 PART 3 - EXECUTION 06 07 07 08 3.01 MANHOLE CONSTRUCTION 08 09 09 10 A. Generals 10 11 1. Construct cast -in -place concrete base slabs. 11 12 2. Make inverts with a semi -circular bottom conforming to 12 13 the inside contour of the adjacent sewer sections. 13 14 3. On all straight runs, lay pipe through manhole"and cut 14 15 out top half of pipe. See detail on Drawings. If pipes 15 16 deflect at manhole, shape as specified in paragraphs 2 16 17 and 4. 17 18 4. Shape inverts accurately and steel trowel finish. For 18 19 changes in direction of the sewer and entering branches 19 20 into the manhole, make a circular curve in the manhole 20 21 invert using as large a radius as manhole inside diameter 21 22 will permit. Pour base slab integral with bottom barrel 22 23 section. 23 24 24 25 B. Build each manhole to dimensions shown on plans and at such 25 26 elevation that pipe sections built into wall of manhole will 26 27 be true extensions of line of pipe. 27 28 28 29 C. For all horizontal mating surfaces between concrete and 29 30 concrete or concrete and metal, trowel apply to clean surface 30 31 black mastic joint compound to a minimum wet thickness of 1/4 31 32 IN immediately prior to mating the surfaces. 32 33 33 34 34 35 D. Seal all pipe penetrations in manhole. Form pipe openings 35 36 smooth and well shaped. After installation, seal cracks 36 37 with, non shrink grout. After grout cures, wire brush smooth 37 38 and apply two coats emulsified fibered asphalt compound to 38 39 minimum wet thickness of 1/8 IN to ensure complete seal. 39 40 40 41 E. Set and adjust frame and cover final 6 IN (minimum) to 18 IN 41 42 (maximum) to match finished pavement or finished grade 42 43 elevation using precast adjuster rings. 43 44 44 45 END OF SECTION 45 City of Lubbock, Municipal Water Treatment - Contract 3 7 02528-1 r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92Al2 SECTION 02528 01 02 CONCRETE CURB AND GUTTER 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Concrete curb and gutter. 11 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and 14 Conditions of the Contract. 15 2. Division 1 - General Requirements. 16 3. Section 03308 - Concrete, Materials and Proportioning. 17 4. Section 03350 - Testing. 18 19 C. Unit Prices: 20 1. Measurement: Combination curb and gutter will be 21 measured in lineal feet on the face of the curb. 22 Openings for catch basins, inlets, and drop curbs shall 23 be included in the measurement. 24 25 1.02 QUALITY ASSURANCE 26 27 A. Referenced Standards: 28 1. American Association of State Highway and Transportation 29 Officials (AASHTO): 30 a. M148, Liquid Membrane -Forming Compounds for Curing 31 Concrete. 32 b. M153, Specifications for Preformed Expansion Joint 33 Fillers for Concrete Paving and Structural 34 Construction. 35 c. M171, Sheet Materials for Curing Concrete. 36 d. M182, Burlap Cloth Made From Jute or Kenef. 37 e. M213, Preformed Expansion Joint Fillers for Concrete 38 Paving and Structure Construction. 39 f. T99, Moisture -Density Relations of Soils Using a 5.5 40 LB (2.5 kg) Hammer and a 12 IN Drop. 41 2. American Concrete Institute (ACI): 42 a. 211, Selecting Proportions for Normal, Heavyweight, 43 and Mass Concrete. 44 b. 214, Recommended Practice for Evaluation of Strength 45 Test Results of Concrete. 46 c. 305, Recommended Practice for Hot Weather Concreting. 47 d. 306, Recommended Practice for Cold Weather 48 Concreting. 49 3. American Society for Testing and Materials (ASTM): 50 a. C33, Concrete Aggregates. 51 b. C39, Test Method for Compressive Strength of 52 Cylindrical Specimens. 53 City of Lubbock, Municipal Water Treatment - Contract 3 02528-2 01 c. C94, Standard Specification for Ready -Mixed Concrete. 01 02 d. C143, Test Method for Slump of Portland Cement 02 03 Concrete. 03 04 e. C150, Portland Cement. 04 05 f. C192, Standard Practice for Making and Curing 05 06 Concrete Tests Specimens in the Laboratory. 06 07 g. C227, Standard Test Methods for Potential Alkali 07 08 Reaction. 08 09 h. C260, Standard Specification for Air Entraining 09 10 Admixtures for Concrete. 10 11 i. C289, Standard Test Method for Potential Reactivity 11 12 of Aggregates (Chemical Method). 12 13 J. C295, Practice for Petrographic Examination of 13 14 Aggregates for Concrete. 14 15 k. C494, Specification for Chemical Admixtures for 15 16 Concrete. 16 17 1. D2049, Relative Density for Cohesionless Soils. 17 18 4. National Ready Mixed Concrete Association (NRMCA). 18 19 5. Plant Manufacturer's Bureau of National Ready Mixed 19 20 Concrete Association. 20 21 21 22 B. Qualifications: 22 23 1. Mix designs shall be prepared by individual having design 23 24 mix experience on at least five other jobs of similar 24 25 size and type. 25 26 26 27 C. Miscellaneous: 27 28 1. Batch plants truck mixers, agitators and non -agitating 28 29 units used for ready mixed concrete shall comply with 29' 30 standards set forth by Plant Manufacturers Bureau of 30 31 National Ready Mix Concrete Association. 31 32 2. Ready mixed concrete production facilities shall have 32 33 been certified within the last 3 years by National Ready 33 34 Mixed Concrete Association. 34 35 35 36 1.03 SUBMITTALS 36 37 37 38 A. Shop Drawings: 38 39 1. Product technical data including: 39 40 a. Acknowledgement that products submitted meet 40. 41 requirements of standards referenced. 41 42 b. Manufacturer's installation instructions. 42 43 2. Concrete mix design: 43 44 a. In accordance with Sections 03308 and 03350. 44 45 b. Submit at least 10 days before concrete placement 45 46 begins. 46 47 3. Concrete cylinder test results from field quality 47 48 control. 48 49 4. Mix designer qualifications. 49 50 50 51 B. Samples: 51 52 1. Samples of fabricated jointing materials and devices. 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 t 01 ! ` 02 PART 2 - PRODUCTS 03 04 2.01 MATERIALS „ 05 06 A. See Section 03308. r°' 08 2.02 MIXES 09 10 A. In accordance with Section 03308. 11 12 13 PART 3 - EXECUTION 14 15 3.01 PREPARATION OF SUBGRADE 16 17 18 A. After necessary grading, scarify and recompact top 5 IN of subgrade. 19 20 B. If cohesive soil, compact to 95 percent standard proctor, g" 21 AASHTO T99. t 22 23 C. If non -cohesive soil, compact to 70 percent relative density, 24 ASTM D2049. 25 26 D. Control moisture content as necessary. 27 28 E. Following compaction, strike off and roll to exact cross 29 section. Check with accurate template or other method 30 approved by Engineer. 31 �. 32 3.02 INSTALLATION 33 34 A. Production of Concrete: 35 1. Batching and mixing: 36 a. Batch, mix, and transport in accord with ASTM C94. r 37 2. Admixture control: 38 a. Accuracy of measurement of admixture within plus 3 39 percent. 40 b. Two or more admixtures may be used in same concrete 41 provided such admixtures are added separately and 42 that combination is compatible and has no deleterious 43 effect on concrete. �- 44 3. Deliver concrete to site and discharge within 1-1/2 HR or 45 before 300 revolutions of mixer drum, after introduction 46 of mixing water to cement and aggregates or cement to 47 48 aggregates. 4. Control of mixing water: 49 a. When concrete arrives at jobsite with slump below 50 specified maximum: 51 1) Water may be added only if neither maximum 52 water -cement ratio nor maximum slump is exceeded. 53 Add cement to maintain water -cement ratio as r City of Lubbock, Municipal Water Treatment - Contract 3 r 02528-3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02528-4 01 required. 01 02 2) Incorporate by additional mixing by 30 drum 02 03 revolutions at 8-12 rpm. 03 04 3) Record additions on delivery ticket, signed by 04 05 driver, concrete superintendent and Engineer's 05 06 representative. 06 07. 4) Maintain file of all delivery tickets. 07 08 08 09 B. Forms: 09 10 1. Form support: 10 11 a. Compact soil foundation and cut to grade to support 11 12 forms and superimposed machine loads. 12 13 b. Use bearing stakes driven flush with bottom of form 13 14 to supplement support as necessary. 14 15 c. Do not use earth pedestals. 15 16 2. Staking forms: 16 17 a. Joint forms neatly and tightly. 17 18 b. Stake and pin securely with at least three pins for 18 19 each 10 FT section. 19 20 3. Clean and oil forms prior to placement of concrete. 20 21 4. Set forms sufficiently in advance of work (2 HRS) to 21 22 permit proper inspection by Engineer. 22 23 5. Previously finished pavement or sidewalk contiguous with 23 24 new work may serve as side form when specifically 24 25 approved by the Engineer. 25 26 26 27 C. Joints: 27 28 1. Hold locations and alignment to within plus 1/4 IN. 28 29 2. Finish concrete surface adjacent to previous section to 29 30 within plus 1/8 IN, with tooled radius of 1/4 IN. 30 31 3. Expansion joints: 31 32 a. Locate at 48 FT intervals and at all intersection 32 33 curb returns. 33 34 b. Stake in place load transfer device consisting of at 34 35 least two dowels, supporting and spacing means and 1 35 36 IN premolded joint filler. 36 37 4. Contraction joints: 37 38 a. Locate at 6 FT intervals. 38 39 b. Use steel template at least 3/16 IN thick, conforming 39 40 to cross section of curb and gutter. 40 41 c. Remove template where concrete has set sufficiently 41 42 to prevent spalling or adhesion of concrete. 42 43 d. If machine placed, use tooled joint formed in freshly 43 44 placed concrete. Groove dimensions shall be 3/8 IN 44 45 at surface and 1/4 IN at root. 45 46 5. Construction joints: 46 47 a. Install with dowels at end of day's work or wherever 47 48 concreting must be interrupted for 30 minutes or 48 49 more. 49 50 b. Provide bulkhead full depth of slab, securely staked. 50 51 6. Fill all joints with joint sealing material. 51 52 7. Clean all joint surfaces to be sealed. Dry thoroughly. 52 53 8. Seal all joints with either hot -poured or cold -applied 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 joint filler per specifications. The upper surface of l 02 the filled joint shall be flush to 1/8 IN below adjacent 03 surface. Remove material in excess. 04 l 05 D. Placing - General: 06 1. Avoid segregation of concrete. 07 08 2. 3. Do not move concrete by use of vibrators. Maintain rate of deposition so that concrete is at all 09 times plastic. 10 4. Use no concrete that has partially hardened, been r 11 contaminated by foreign materials, or retempered. r 12 5. Once started, carry on as a continuous operation until 13 placing of panel or section is completed. r" 14 6. Consolidate all concrete by vibration, spading, rodding 15 or forking. 16 7. Eliminate air or stone pockets. 17 17 8. Blend new concrete into that previously placed. 18 9. At pre -placed joints, hand place concrete against both k 19 faces simultaneously. 20 10. Avoid disturbing load -transfer devices. Flo 21 11. Manipulate screeds to minimize lateral pressures. - 22 12. Alternate techniques of placing will be considered 23 should.the Contractor desire to slip -form the paving. 24 25 E. Cold and Hot Weather Concreting: 26 1. Cold weather: ^, 27 a. Comply with ACI 306. (' 28 b. Cease concrete placing when descending air ' 29 temperature in shade falls below 40 DegF. 30 c. Do not resume until ambient temperature has risen to 31 40 DegF. L 32 d. If placing is authorized, maintain temperature of mix 33 between 60 and 80 DegF. 34 e. Heat aggregates or water or both. 35 f. Water temperature may not exceed 175 DegF; 36 aggregates, 150 DegF. 37 g.' When average daily temperature is below 50 DegF, 38 provide insulative protection of 12 IN minimum 39 thickness loose dry straw or equivalent for 10 days. 40 2. Hot weather: 41 a. Comply with ACI 305. 42 b. Cease concrete placing when plastic mix temperature 43 cannot be maintained under 90 DegF. 44 c. Aggregates or water or both may be cooled. 45 d. Cool water with crushed ice; aggregates by 46 evaporation of water spray. 47 e. Never batch cement hotter than 160 DegF. 48 49 F. Finishing: 50 1. Bring combination curb and gutter to proper surface by 51 running straightedge over steel templates with sawing .52 motion. 53 2. Immediately after using the straightedge, float surface r City of Lubbock, Municipal Water Treatment - Contract 3 02528-5 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25' 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02528-6 01 with a wood float to draw cement to surface. 01 02 3. Edge with appropriate tool. 02 03 4. Just before the concrete takes its initial set, brush the 03 04 surface with a soft bristle brush to leave a uniform 04 05 appearance. 05 06 5. Upon removal of forms, fill honeycombed or unevenly 06 07 filled sections immediately with cement mortar and 07 08 backfill in not more than 6 IN layers immediately after 08 09 application of cement mortar. 09 10 6. Make certain that expansion joints are cleared of 10 11 concrete, both at bottom of gutter and back of curb. 11 12 12 13 G. Curing: 13 14 1. Cure for 7 days by method applicable to ambient 14 15 conditions. 15 16 2. Apply curing medium as soon as possible. 16 17 3. Maintain to prevent detrimental loss of water during 17 18 entire curing period. 18 19 4. Burlap curing: 19 20 a. Cover entire surface and edges. 20 21 b. Keep continuously wet. 21 22 c. After removal of forms, fold burlap over back of curb 22 23 on slab, to subgrade. 23 24 5. Curing compound: 24 25 a. Spray on white -pigmented membrane forming compound. 25 26 b. Use power driven spraying equipment. 26 27 c. Spread at rate not to exceed 200 SF/GAL. 27 28 d. Concrete surfaces must be moist before application. 28 29 e. Recoat, if directed by the Engineer, to eliminate 29 30 pinholes or holidays. 30 31 f. Do not use compound on surfaces to which new concrete 31 32 is to be bonded. 32 33 33 34 H. Protection of Concrete: 34 35 1. Protect new curb and gutter and its appurtenances from 35 36 traffic damage. 36 37 2. Repair or replace any part of curb and gutter damaged 37 38 prior to final acceptance at Contractor's expense. 38 39 39 40 I. Opening to Traffic: 40 41 1. Engineer will decide when work may be opened to traffic; 41 42 his decision will be governed by compressive strength of 42 43 concrete and other factors. 43 44 2. Work will not be opened to traffic until job cured 44 45 cylinders have attained a compressive strength of 2000 45 46 psi when tested in accordance with ASTM methods. 46 47 3. Prior to opening to traffic, clean pavement and fill 47 48 joints as required with prescribed filler material. 48 49 4. Construct driveway openings of the design shown on the 49 50 Plans or as directed by the Engineer. 50 51 51 52 J. Clean Up: Complete clean up work within 2 weeks after work 52 53 has been opened to traffic. No new work will begin until 53 City of Lubbock, Municipal Water Treatment - Contract 3 02528-7 O1 delayed clean up work has been completed. 01 02 02 03 3.03 FIELD QUALITY CONTROL 03 04 04 05 A. Provide test cylinders in accordance with Section 03350 for 05 06 each 30 CY of concrete placed. 06 07 07 08 B. Take density tests for prepared subgrade as directed by 08 09 Engineer. 09 10 10 11 END OF SECTION 11 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) I 02529-1 F F O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92E13 PART 1 - GENERAL 1.01 SUMMARY SECTION 02529 CONCRETE SIDEWALK AND STEPS A. Section Includes: 1. Concrete sidewalk and steps. B. Related Sections. include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03308 - Concrete, Materials and Proportioning. 4. Section 03350 - Testing. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO): a. M74, Sheet Materials for Curing Concrete. b. M148, Liquid Membrane -Forming Compounds for Curing Concrete. c. M153, Specifications for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. d. M171, Sheet Materials for Curing Concrete. e. M182, Burlap Cloth Made From Jute or Kenaf. f. M213, Preformed Expansion Joint Fillers for Concrete Paving and Structure Construction. g. T99, Moisture -Density Relations of Soils Using a 5.5 LB (2.5 kg) Rommer and a 12 IN Drop 4. 2. American Concrete Institute (ACI): a. 211, Selecting Proportions for Normal, Heavyweight, and Mass Concrete. b. 214, Recommended Practice for Evaluation of Strength Test Results of Concrete. c. 305, Recommended Practice for Hot Weather Concreting. d. 306, Recommended Practice for Cold Weather Concreting. 3. American Society for Testing and Materials (ASTM): a. A185, Standard Specification for Welded Steel Wire Fabric. b. C33, Concrete Aggregates. c. C39, Test Method for Compressive Strength of Cylindrical Specimens. d. C94, Standard Specification for Ready -Mixed Concrete. e. C143, Test Method for Slump of Portland Cement Concrete. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 City of Lubbock, Municipal Water Treatment - Contract 3 02529-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 B. 24 25 26 27 28 29 30 31 32 1.03 33 34 A. 35 36 37 38 39 40 41 42 43 44 45 46 f. C150, Portland Cement. g. C192, Standard Practice for Making and Curing Concrete Tests Specimens in the Laboratory. h. C227, Standard Test Methods for Potential Alkali Reaction. i. C260, Standard Specification for Air Entraining Admixtures for Concrete. J. C289, Standard Test Method for Potential Reactivity of Aggregates (Chemical Method). k. C295, Practice for Petrographic Examination of Aggregates for Concrete. 1. C494, Specification for Chemical Admixtures for Concrete. m. D2049, Relative Density for Cohesionless Soils. 4. Federal Specification (FS): a. TT-S 00227 E(3), Sealing Compound: Elastomeric Type, Multi -Component (For Calking, Sealing, and Glazing in Buildings and Other Structures). 5. National Ready Mixed Concrete Association. 6. Plant Manufacturer's Bureau of National Ready Mixed Concrete Association. Miscellaneous 1. Batch plants truck mixers, agitators and nonagitating units used for ready mixed concrete to comply with standards set forth by Plant Manufacturers Bureau of National. Ready Mix Concrete Association. 2. Ready mixed concrete production facilities shall have been recently certified by National Ready Mixed Concrete Association. SUBMITTALS Shop Drawings: 1. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b Manufacturer's installation instructions. 2. Concrete mix design: a. In accordance with Sections 03308 and 03350. b. Submit at least 10 days before concrete placement begins. 3. Concrete cylinder strength test results from field quality control. 47 PART 2 - PRODUCTS 48 49 2.01 MATERIALS 50 51 A. In accordance with Section 03308. 52 53 2.02 MIXES O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02529-3 01 A. In accordance with Section 03308. 02 03 04 PART 3 - EXECUTION 05 06 3.01 PREPARATION OF SUBGRADE 07 08 A. After necessary grading, scarify and recompact top 5 IN of 09 subgrade. 10 11 B. If cohesive soil, resultant compaction shall be 100 percent 12 standard proctor, AASHTO T99. 13 14 C. If noncohesive soil, resultant compaction shall be 75 percent 15 relative density, ASTM D2049. 16 17 D. Control moisture content as necessary. 18 19 E. Following compaction, strike off and roll to exact cross 20 section. Check with accurate template or other method 21 approved by Engineer. 22 23 3.02 INSTALLATION 24 25 A. Production of Concrete: 26 1. Batching and mixing: 27 a. Batch, mix, and transport in accordance with ASTM 28 C94. 29 2. Admixture control: 30 a. Accuracy of measurement of admixture within plus 3 31 percent. 32 b. Two or more admixtures may be used in same concrete 33 provided such admixtures are added separately and 34 that combination is compatible and has no deleterious 35 effect on concrete. 36 3. Mixing time: Deliver concrete to site and discharge 37 within 1-1/2 HR or before 300 revolutions of mixer drum, 38 after introduction of mixing water to cement and 39 aggregates or cement to aggregates. 40 4. Control of mixing water: 41 a. when concrete arrives at jobsite with slump below 42 specified maximum: 43 1) Water may be added only if neither maximum 44 water -cement ratio nor maximum slump is exceeded. 45 Add cement to maintain water -cement ratio as 46 required. 47 2) Incorporate by additional mixing by 30 drum 48 revolutions at 8-12 rpm. 49 3) Record additions on delivery ticket, signed by 50 driver, concrete superintendent and Engineer's 51 Representative. 52 4) Maintain file of all delivery tickets. 53 City of Lubbock, Municipal Water Treatment - Contract 3 02529-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 B. Forms: 1. Form support: a. Compact soil foundation and cut to grade to support forms. b. Use bearing stakes driven flush with bottom of form to supplement support as necessary. c. Do not use earth pedestals. 2. Staking forms: a. Joint forms neatly and tightly. b. Stake and pin securely. 3. Clean and oil forms prior to placement of concrete. 4. Set forms sufficiently in advance of work (2 HRS) to permit proper inspection by Engineer. 5. Previously finished pavement or curb and gutter contiguous with new work may serve as side form when specifically approved by the Engineer. C. Reinforcing: 1. Lap mats one full space, with end transverse member of upper mat tied securely to prevent curling. 2. Bars not welded shall lap 12 IN minimum. 3. Place fabric on first of a two -course pour. Cover promptly with final pour. 4. light mesh may be placed by fabric placer, if specifically approved in writing in advance by Engineer. D. Joints: 1. Hold locations and alignment to within plus 1/4 IN. 2. Finish concrete surface adjacent to previous section to within plus 1/8 IN, with tooled radius of 1/4 IN. 3. Metal keyway joints: a. Form by installing metal parting strip, left in place. b. Stake and support like side form. c. Provide dowels or tie bars where indicated on Drawing details. 4. Weakened plane joints: a. Tool groove in freshly placed concrete. b. Groove dimensions: 3/8 IN at surface and 1/4 IN at root. 5. Construction joints: a. Install at end of day's work or wherever concreting must be interrupted for 30 minutes. b. Place timber bulkhead full depth of slab, securely staked. 6. Expansion joints: a. Place 3/4 IN preformed expansion joints at intervals as indicated on Drawings and at all junctions with previously placed sidewalks, curb or other structures. b. Seal sidewalk joints with polyurethane sealant. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment -Contract 3 02529-5 r I O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 E. Placing - General: 1. Avoid segregation of concrete. 2. Do not move concrete by use of vibrators. 3. Maintain rate of deposition so that concrete is at all times plastic. 4. Use no concrete that has partially hardened, been contaminated by foreign materials, or retempered. 5. Once started, carry on as a continuous operation until placing of panel or section is completed. 6. Consolidate all concrete by vibration, spading, rodding or forking. 7. Eliminate air or stone pockets. 8. Blend new concrete into that previously placed. 9. At preplaced joints, hand place concrete against both faces simultaneously. 10. Avoid disturbing load -transfer devices. 11. Manipulate screeds to minimize lateral pressures. F. Cold and Not Weather Concreting: 1. Cold weather: a. Comply with ACI 306: b. Cease concrete placing when descending air temperature in shade falls below 40 DegF. c. Do not resume until ambient temperature has risen to 40 DegF. d. If placing is authorized maintain temperature of mix between 60 and 80 DegF. e. Heat aggregates or water or both. f. Water temperature may not exceed 175 DegF; aggregates, 150 DegF. g. When average daily temperature is below 50 DegF, provide insulative protection of 12 IN minimum' thickness loose dry straw or equivalent for 10 days. h. Remove and replace all frost injured concrete. i. Never use salt or other antifreeze. 2. Hot weather: a. Comply with ACI 305: b. Cease concrete placing when plastic mix temperature cannot be maintained under 90 DegF. c. Aggregates or water or both may be cooled. d. Cool water with crushed ice; aggregates by evaporation or water spray. e. Never batch cement hotter than 160 DegF. G. Finishing: 1. As soon as placed, strike off and screed to crown and cross section, slightly above grade so that consolidation and finishing will bring final plan elevations. 2. First pass of first screed should maintain uniform ridge full width. 3. Consolidate by vibrating screeds, internal units, or a combination. 4. Test with 6 FT straightedges, equipped with long handles O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7, City of Lubbock, Municipal Water Treatment - Contract 3 02529-6 01 and operated from sidewalk. Draw excess water and 01 02 laitance off from surface. 02 03 S. Float finish so as to leave no disfiguring marks, but to 03 04 produce a uniform granular or sandy texture. 04 05 6. Tool pavement edges with suitable edger. 05 06 06 07 H. Curing: 07 08 1. Cure for 7 days by method applicable to ambient 08 09 conditions. 09 10 2. Apply curing medium as soon as possible. Maintain to 10 11 prevent detrimental loss of water during entire curing 11 12 period. 12 13 3. Burlap curing: 13 14 a. Cover entire surface and edges. 14 15 b. Keep continuously wet. 15 16 c. After removal of forms, fold burlap over back of curb 16 17 on slab, to subgrade. 17 18 4. Curing compound: 18 19 a. Spray on white -pigmented membrane forming compound. 19 20 b. Use power -driven spraying equipment. 20 21 c. Spread at rate not to exceed 200 SF/GAL. 21 22 d. Concrete surfaces must be moist before application. 22 23 e. Recoat, if directed by the Engineer, to eliminate 23 24 pinholes or holidays. 24 25 f. Do not use compound on surfaces to which new concrete 25 26 is to be bonded. 26 27 27 28 I. Protection of Concrete: 28 29 1. Protect new sidewalk and its appurtenances from traffic 29 30 damage. 30 31 2. Repair or replace any part of sidewalk damaged prior to 31 32 final acceptance at Contractor's expense. 32 33 33 34 J. Opening to Traffic: 34 35 1. Engineer will decide when sidewalk may be opened to 35 36 traffic; the decision will be governed by compressive 36 37 strength of concrete and other factors. 37 38 2. Sidewalk will not be opened to traffic until job cured 38 39 cylinders have attained a compressive strength of 2000 39 40 psi when tested in accord with ASTM methods.- 40 41 3. Clean sidewalk prior to opening to traffic. 41 42 42 43 K. Clean Up: 43 44 1. Complete clean up work within two weeks after sidewalk 44 45 has been opened to traffic. No new work will begin until 45 46 delayed clean up work has been completed. 46 47 47 48 3.03 FIELD QUALITY CONTROL 48 49 49 50 A. Provide test cylinders in accordance with Section 03350 for 50 51 each 30 CY of placed concrete. 51 52 52 53 B. Take density tests for prepared subgrade as directed by 53 City of Lubbock, Municipal Water Treatment - Contract 3 02529-7 01 Engineer. 02 03 END OF SECTION O1 02 03 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) r 02930-1 I O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92E13 SECTION 02930 SEEDING, SODDING AND LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Seeding, sodding and landscape planting: a. Soil preparation. B. Related Sections include but are not necessarily limited to: 1. Division l - General Requirements. 2. Section 02260 - Topsoiling and Finished Grading. 1.02 QUALITY ASSURANCE A. Referenced Standards: I. American Standard for Nursery Stock (ASNS). 2. American Society for Testing and Materials (ASTM): a. 0997, Drop Test for Loaded Cylindrical Containers. b. D2028, Standard Specification for Cutback Asphalt. 3. Standard Methods of the Association of Official Agricultural Chemists. 4. United States Department of Agriculture, (USDA): a. Federal Seed Act. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Layout drawings. a. Scaled site plan (scale 1 IN - 20 FT or equal to scale of Project site plan drawing) on reproducible drawing to show: 3. Product technical data including: a.* Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Signed copies of vendor's statement for seed mixture required, stating botanical and common name, place of origin, strain, percentage of purity, percentage of germination, and amount of Pure Live Seed (PLS) per bag. d. Type of herbicide to be used during first growing season to contain annual weeds and application rate. e. Source and location of sod, plants, and plant material, as per paragraphs 3.Q2 C.1. and 3.03 A. 4. Certification: a. Certify each container of seed delivered will be labeled in accordance with Federal and State Seed O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 02930-2 01 Laws and equals or exceeds Specification 02 requirements. 03 5. Other documents: 04 a. Copies of invoices for fertilizer used on Project 05 showing grade furnished, along with certification of 06 quality and warranty. Ensure each lot of fertilizer 07 is subject to sampling and testing, at discretion of 08 Engineer, in accordance with current methods of 09 Association of Official Agricultural Chemists. Upon 10 completion of Project, a final check of total 11 quantities of fertilizer used will be 'made against 12 total area seeded, and if minimum rates of 13 application have not been met, Engineer may require 14 distribution of additional quantities to make up. 15 minimum application specified. 16 17 18 PART 2 - PRODUCTS 19 20. 2.01 MATERIALS 21 22 A. Asphalt Binder: 23 Emulsified asphalt per State specifications. 24 B. Water: Water free from substances harmful to grass or sod 25 growth. Provide water from source approved prior to use. 26' 27 C. Grass: Native Buffalo Grass. 28 29 30 PART 3 - EXECUTION 31 32 3.01 SOIL PREPARATION 33 34 A. General: 35 1. Limit preparation to areas which will be planted soon 36 after. 37 2. Provide facilities to protect and safeguard all persons 38 on or about premises. 39 3. Protect existing trees designated to remain. 40 4. Verify location and existence of all,underground 41 utilities. Take necessary precaution to protect existing 42 utilities from damage due to construction activity. 43 Repair all damages to utility items at sole expense. 44 5. Provide facilities such as protective fences and/or 45 watchmen to protect work from vandalism. Contractor to 46 be responsible for vandalism until acceptance of work in 47 whole or in part. 48 49 B. Preparation for Lawn -Type Seeding: 50 1. Loosen surface to minimum depth of 4 IN. Remove stones. 51 over 1 IN in any dimension and sticks, roots, rubbish, 52 and other extraneous matter. 53 2. Prior to applying fertilizer, loosen areas to be seeded 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r r- 02930-3 01 with a double disc or other suitable device if the soil 01 02 has become hard or compacted. Correct any surface 02 03 irregularities in order to prevent pocket or low areas 03 04 which will allow water to stand. 04 05 3. Distribute fertilizer uniformly over areas to be seeded 05 06 at a rate of 30 LBS per 1000 SF. 06 07 4. Incorporate fertilizer into soil to a depth of at least 2 07 08 IN by disking, harrowing, or other approved methods. 08 09 Remove stones or other substances from surface which will 09 10 interfere with turf development or subsequent mowing 10 11 operations. 11 12 5. Grade lawn areas to a smooth, even surface with a loose, 12 13 uniformly fine texture. Roll and rake, remove ridges and 13 14 fill depressions, as required to meet finish grades. 14 15 Limit fine grading to areas which can be planted soon 15 16 after preparation. 16 17 6. Restore lawn areas to specified condition if eroded or 17 18 otherwise disturbed after fine grading and before 18 19 planting. 19 20 20 21 3.02 INSTALLATION 21 22 22 23 A. Lawn -Type Seeding: 23 24 1. Do not use seed which is wet, moldy, or otherwise 24 25 damaged. 25 26 2. Perform seeding work from April 20 to May 15 for spring 26 27 planting, and August 1 to September 15 for fall planting, 27 28 unless otherwise approved by Engineer. 28 29 3. Employ satisfactory methods of sowing using mechanical 29 30 power -driven drills or seeders, or mechanical hand 30 31 seeders, or other approved equipment. 31 32 4. Distribute seed evenly over entire area at rate of 32 33 application not less than 4 LBS (PLS) of seed per 1000 33 34 SF, 50 percent sown in one direction, remainder at right 34 35 angles to first sowing. 35 36 5. Stop work when work extends beyond most favorable 36 37 planting season for species designated, or when 37 38 satisfactory results cannot be obtained because of 38 39 drought, high winds excessive moisture, or other factors. 39 40 Resume work only when favorable conditions develop. 40 41 6. Lightly rake seed into soil followed by light rolling or 41 42 cultipacking. 42 43 7. Immediately protect seeded areas against erosion by 43 44 mulching. Spread mulch in continuous blanket using 1-1/2 44 45 tons per acre to a depth of 4 or 5 straws. 45 46 8. Protect seeded slopes against erosion with erosion 46 47 netting or other methods approved by Engineer. Protect 47 48 seeded areas against traffic or other use by erecting 48 49 barricades and placing warning signs. 49 50 9. Immediately following spreading mulch, anchor mulch using 50 51 a rolling coulter or a wheatland land packer having. 51 52 wheels with V-shaped edges to force mulch into soil 52 53 surface, or apply evenly distributed emulsified asphalt 53 City of Lubbock, Municipal Water Treatment - Contract 3 02930-4 01: at rate of 10-13 GAL/1000 SF. SS-1 emulsion in 01 02 accordance with ASTM D997 or RC-1 cutback asphalt in 02 03 accordance with ASTM D2028 are acceptable. If mulch and 03 04 asphalt are applied in one treatment, use SS-1 emulsion 04 05 with penetration test range between 150-200. Use 05 06 appropriate shields to protect adjacent site 06 07 improvements. 07 08 08 09 3.03 PLANTING TREES, SHRUBS, AND GROUND COVERS 09 10 10 11 A. Notification: 11 12 1. Notify Engineer of source of plants and plant materials 12 13 at least 30 days prior to planting to permit Engineer's 13 14 inspection of source qualifications. 14 15 15 16 B. Preparation: 16 17 1. Handle plants so that roots or balls are adequately 17 18 protected from breakage of balls, from sun or drying 18 19 winds. Ensure tops or roots of plants are not permitted 19 20 to dry out. 20 21 2. During transportation, protect materials from wind and 21 22 sun to prevent tops and roots from drying out. 22 23 3. Protect tops of plants from damage. Plants with damaged 23 24 tops will be rejected. 24 25 4. For purpose of inspection and planting identification, 25 26 attach durable, legible labels to bundle or container of 26 27 plant material delivered at the planting site. State. 27 28 correct plant name and size of each plant in 28 29 weather -resistant ink on labels. 29 30 5. Do not prune trees and shrubs at nursery. 30 31 31 32 C. Planting Season: 32 33 1. Plant deciduous shade trees and shrubs any time the 33 34 ground is suitable between November 1 and May 1. 34 35 2. Plant evergreen material between August 15 and May 1. 35 36 3. Plant ground covers between March 15 to May 1. 36 37 37 38 0. Planting Procedure: 38 39 1. Indicate locations of plants for approval by Engineer 39 40 before excavating plant locations. - 40 41 2. In event underground construction, utilities, 41 42 obstructions, or rock are encountered in excavation of 42 43 plantings, secure alternate locations from Engineer. 43 44 Make said changes without additional compensation. Where 44 45 tree locations fall under existing overhead wires, or 45 46 crowd existing trees, adjust locations as directed by 46 47 Engineer. 47 48 3. Excavate pits and beds as necessary and in accordance 48 49 with American Standard for Nursery Stock. Loosen bottom 49 50 of pits prior to planting. Excavation is unclassified, 50 51 excavate all materials without additional cost. 51 52 4. Tree and shrub pits to be circular in shape with vertical 52 53 sides at least 1 FT greater in diameter than ball 53 City of Lubbock, Municipal Water Treatment - Contract 3 F 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 02930-5 diameter. Pit to be of sufficient depth to provide 6 IN 01 of planting soil under ball when set to natural grade. 02 5. Shrub and ground cover beds: 03 a. Plant shrubs used in mass plantings in individual 04 holes of required size. Strip all sod from among 05 mass planting. 06 b. For ground cover beds, remove sod from within limits 07 of bed. Add soil amendments as specified and mix or 08 rototill with existing topsoil to a depth of 6 IN. 09 6. Set plants straight or plumb, in locations when indicated 10 and at such level that after settlement they bear same 11 relationship to finished grade as they did in their 12 former setting. Carefully tamp planting soil under and 13 around base of balls to prevent voids. Remove burlap, 14 rope and wires from top of balls. Do not remove burlap 15 from sides and bottom of balls. 16 7. Backfill plants with planting soil. Tamp to 1/2 depth of 17 pit and thoroughly water and puddle before bringing 18 backfill to proper grade. After planting has been 19 completed, flood pit again so that backfill is thoroughly 20 saturated and settled. 21 8. After planting is complete, form a level saucer 3 IN high 22 around each plant extending to limit of plant pit for 23 watering purposes. 24 9. Mulch plant pit after saucer has been shaped. Mulch to 25 limits of pit and uniformly over ground cover beds to a 26 depth of 3 IN. In mass plantings of shrubs, mulch entire 27 area uniformly among shrubs to a depth of 3 IN. If 28 mulching is delayed and soil has dried out, water plants 29 thoroughly before spreading mulch. 30 10. Staking: Stake trees immediately after planting as 31 detailed on Drawings or in accordance with Nursery 32 Standards. 33 11. Wrap deciduous trees 2 IN or more in caliper by neatly 34 overlapping wrapping material between ground line and 35 second branch. Place ties at top and bottom of wrapping 36 material and not more than 12 IN apart between top and 37 bottom ties. 38 12. Remove dead or damaged branches. Thin deciduous 39 material to about two-thirds of initial branching. 40 Remove only dead or damaged branches from evergreens. 41 13. Water plants during planting operations. Water each 42 plant a minimum of once each week until final acceptance. 43 Apply sufficient water to moisten backfill about each 44 plant so that moisture will extend into the surrounding 45 soil. 46 47 3.04 MAINTENANCE AND REPLACEMENT 48 49 A. General: 50 1. Begin maintenance of planted areas immediately after each 51 portion is planted and continue until final acceptance or 52 for a specific time period as stated below, whichever is 53 City of Lubbock, Municipal Water Treatment - Contract 3 02930-6 01 the longer. 01 02 2. Provide and maintain temporary piping, hoses, and 02 03 watering equipment as required to convey water from water 03 04 sources and to keep planted areas uniformly moist as 04 05 required for proper growth. 05 06 3. Protection of new materials: 06 07 a. Provide barricades, coverings or other types of 07 08 protection necessary to prevent damage to existing 08 09 improvements indicated to remain. Repair and pay for 09 10 all damaged items. 10 11 4. Replace unacceptable materials with materials and methods 11 12 identical to the original specifications unless otherwise 12 13 approved by the Engineer. 13 14 14 15 B. Seeded or Sodded Lawns: 15 16 1. Maintain seeded lawns: 90 days, minimum, after planting. 16 17 2. Maintenance period begins at completion of planting or 17 18 installation of entire area to be seeded or sodded. 18 19 3. Maintain lawns by watering, fertilizing, weeding, mowing, 19 20 trimming, and other operations such as rolling, 20 21 regrading, and replanting as required to establish a 21 22 smooth, uniform lawn, free of weeds and eroded or bare. 22 23 areas. 23 24 4. Lay out temporary lawn watering system and arrange 24 25 watering schedule to avoid walking over muddy and newly 25 26 seeded areas. Use equipment and water to prevent 26 27 puddling and water erosion and displacement of seed or. 27 28 mulch. 28 29 5. Mow lawns as soon as there is enough top growth to cut 29 30 with mower set at recommended height for principal 30 31 species planted. Repeat mowing as required to maintain 31 32 height. Do not delay mowing until grass blades bend over 32 33 and become matted. Do not mow when grass is wet. Time 33 34 initial and subsequent mowings as required to maintain a 34 35 height of 1-1/2 to 2 IN. Do not mow lower than 1-1/2 IN. 35 36 6. Remulch with new mulch in areas where mulch has been 36 37 disturbed by wind or maintenance operations sufficiently 37 38; to nullify its purpose. Anchor as required to prevent 38 39 displacement. 39 40 7. Replant bare areas using same materials specified. 40 41 41 42 42 43 END OF SECTION 43 City of Lubbock, Municipal Water Treatment - Contract 3 No Text (THIS PAGE LEFT BLANK INTENTIONALLY) N 03108-1 r '7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91F13 PART 1 - GENERAL 1.01 SUMMARY SECTION 03108 FORMWORK A. Section Includes: 1. Formwork requirements for concrete construction. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03311 - Concrete Mixing, Placing, Jointing, and Curing. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 347, Recommended Practice for Concrete Formwork. 2. Uniform Building Code (UBC) 1988. B. Qualifications: 1. Formwork, shoring and reshoring to be designed by a professional structural engineer currently registered in the state where the Project is located and having a minimum of 3 years' experience in this type of design work. C. Miscellaneous: 1. Design and engineering of formwork, shoring and reshoring as well as its construction is the responsibility of the Contractor. 1.03 DEFINITIONS A. Design Requirements: 1. Design formwork for loads, lateral pressures and allowable stresses outlined in ACI 347 and for design considerations, including wind loads, allowable stresses and other applicable requirements of the controlling local building code.Where conflicts occur between the above two standards, the more stringent requirements shall govern. 2. Design formwork to limit maximum deflection of form facing materials reflected in concrete surfaces exposed to view to 1/240 of span between structural members. 1.04 SUBMITTALS 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 03108-2 A. Shop Drawings: 1. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer and type of proposed form materials. d. Manufacturer and type of proposed form ties. e. Manufacturer and type of proposed form coating material. f. Manufacturer and type of void forms including compressive strength. 2. Formwork designer qualifications. 3. Fabrication drawings including form tie location, and location, layout and jointing of face panels. B. Samples: 1. Samples of special form finishes. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Metal forms: a. Simplex, "Industrial Steel Frame Forms." b. Symmons, "Steel Ply." c. Universal, "Uni-form." d. Approved equal. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MATERIALS A. Forms for Surfaces Exposed to View: 1. Wood forms: a. New 5/8 or 3/4 IN 5-ply structural plywood of concrete form grade. b. Built -in -place or prefabricated type panel. c. 4 x 8 FT sheets for built -in -place type except where smaller pieces will cover entire area. d. When approved, plywood may be reused. 2. Metal forms: a. Metal forms excluding aluminum may be used. b. Forms to be tight to prevent leakage, free of rust and straight without dents to provide members of uniform thickness. B. Forms for Surfaces Not Exposed to View: 1. Wood or metal sufficiently tight to prevent leakage. Do 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment Contract 3 03108-3 I a r- 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 not use aluminum forms. 2.03 ACCESSORIES A. Form Ties: 1. Commercially fabricated for not use wire ties. 2. Constructed so that ends or without causing spalling at 3. 3/4 IN minimum to 1 IN maxi ends. 4. Embedded portion of ties to from face of concrete after 5. Provided built-in waterstops contact with process liquid operation. PART 3 - EXECUTION 3.01 PREPARATION use in form construction. Do end fasteners can be removed surfaces of the concrete. mum diameter cones on both be not less than 1-1/2 IN ends have been removed. in all walls that will be in during treatment plant A. Form Surface Treatment: 1. Before placing of either reinforcing steel or concrete, cover surfaces of forms with an approved coating material that will effectively prevent absorption of moisture and prevent bond with concrete, will not stain concrete or prevent bonding of future finishes. A field applied form release agent or sealer of approved type or a factory applied nonabsorptive liner may be used. 2. If form oil is used, provide form oil which will not be toxic after 30 days after application. 3. Do not allow excess form coating material to stand in puddles in forms nor in contact with hardened concrete against which fresh concrete is to be placed. B. Provide temporary openings at base of column and wall forms and at other points where necessary to facilitate cleaning and observation immediately before concrete is placed, and to limit height of free fall of concrete to prevent aggregate segregation. Temporary openings to limit height of free fall of concrete shall be spaced no more than 8 FT apart. C. Clean surfaces of forms, reinforcing steel and other embedded materials of any accumulated mortar or grout from previous concreting and of all other foreign material before concrete is placed. 3.02 ERECTION A. Install products in accordance with manufacturer's instructions. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r City of Lubbock, Municipal Water Treatment - Contract 3 03108-4 01 B. Tolerances: 01 02 1. Variation from plumb: 02 03 a. In lines and surfaces of columns, piers', walls, and 03 04 in risers. 04 05 1) Maximum in any.10 FT of height: 1/4 IN. 05 06 2) Maximum for entire height: 1/2 IN. 06 07 b. For exposed corner columns, control -joint grooves, 07 08 and other exposed to view lines: 08 09 1) Maximum in any 20 FT length: 1/4 IN. 09 10 2) Maximum for entire length: 1/2 IN. 10 11 2. Variation from level or from grades specified: 11 12 a. In slab soffits, ceilings, beam soffits and in 12 13 arises, measured before removal of supporting shores. 13 14 1) Maximum in any 10 FT of length: 1/4 IN. 14 15 2) Maximum in any bay or in any 20 FT length: 15 16 3/8 IN. 16 17 3) Maximum for entire length: 1/2 IN. 17 18 b. In exposed lintels, sills, parapets, horizontal 18 19 grooves, and other exposed to view lines: 19 20 1) Maximum in any bay or in 20 FT length: 1/4 IN. 20 21 2) Maximum for entire length: 1/2 IN. 21 22 3. Variation of linear structure lines from established- 22 23 position in plan and related position of columns, walls, 23 24 and partitions: 24 25 a. Maximum in any bay: 1/2 IN. 25 26 b. Maximum in any 20 FT of length: 1/2 IN. 26 27 c. Maximum for entire length: 1 IN. 27 28 4. Variation in sizes and location of sleeves, floor 28 29 openings, and wall openings: Maximum of ±1/2 IN. 29 30 5. Variation in horizontal plan location of beam, column and 30 31 wall centerlines from required location: Maximum of 31 32 ±1/2 IN. 32 33 6. Variation in cross sectional dimensions of columns and 33 34 beams and in thickness of slabs and walls: Maximum of 34 35 -1/4 IN, +1/2 IN. 35 36 7. Footings and foundations: 36 37 a. Variations in concrete dimensions in plan: -1/2 IN, 37 38 +2 IN. 38 39 b. Misplacement or eccentricity: 39 40 1) 2 percent of footing width in direction of 40 41 misplacement but not more than 2 IN. 41 42 c. Thickness: 42 43 1) Decrease in specified thickness: 5 percent. 43 44 2) Increase in specified thickness: No limit except 44 45 that which may interfere with other construction. 45 46 8. Variation in steps: 46 47 a. In a flight of stairs: 47 48 1) Rise: ±1/8 IN. 48 49 2) Tread: ±1/4 IN. 49 50 b. In consecutive steps: 50 51 1) Rise: ±1/16 IN. 51 52 2) Tread: ±1/8 IN. 52 53 9. Establish and maintain in an undisturbed condition and 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 03108-5 r r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 until final completion and acceptance of Project, sufficient control points and bench marks to be used for reference purposes to check tolerances. 10. Regardless of tolerances listed allow no portion of structure to extend beyond legal boundary of Project. 11. To maintain specified tolerances, camber formwork to compensate for anticipated deflections in formwork prior to hardening of concrete. C. Make forms sufficiently tight to prevent loss of mortar from concrete. D. Place 3/4 IN chamfer strips in exposed to view corners of forms to produce 3/4 IN wide beveled edges on exposed to view corners of members. E. At construction joints, overlap contact surface of form sheathing for flush surfaces exposed to view over hardened concrete in previous placement by at least 1 IN. Hold forms against hardened concrete to prevent offsets or loss of mortar at construction joint and to maintain a true surface. Where possible, locate juncture of build in place wood or metal forms at architectural lines, vertical control joints and at construction joints. F. Where circular walls are to be formed and forms made up of straight sections are proposed for use, provide straight lengths not exceeding 2 FT wide. Brace and tie formwork to maintain correct position and shape of members. G. Construct wood forms for wall openings to facilitate loosening, if necessary, to counteract swelling. H. Anchor formwork to shores or other supporting surfaces or members so that movement of any part of formwork system is prevented during concrete placement. I. Provide runways for moving equipment with struts or legs, supported directly on formwork or structural member without resting on reinforcing steel. J. Provide positive means of adjustment (wedges or jacks) of shores and struts and take up all settlement during concrete placing operation. Securely brace forms against lateral deflection. Fasten wedges used for final adjustment of forms prior to concrete placement in position after final check. K. After void forms are in place and before concrete is placed thereon, cover joints between abutting form sections and cover ends of forms to prevent intrusion of soil, concrete or any other materials. Install void forms in accordance with manufacturer's instructions. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 03108-6 01 3.03 REMOVAL OF FORMS 02 03 A. When required for concrete curing in hot weather, required 04 for repair of surface defects or when finishing is required 05 at an early age, remove forms as soon as concrete has 06 hardened sufficiently to resist damage from removal 07 operations or lack of support. 08 09 B. Remove top forms on sloping surfaces of concrete as soon as 10 concrete has attained sufficient stiffness to prevent 11 sagging. Perform any needed repairs or treatment required on 12 such sloping surfaces at once, followed by curing as 13 specified in Section 03311. 14 15 C. Loosen wood forms for wall openings as soon as this can be 16 accomplished without damage to concrete. 11 18 D. Formwork for columns, walls, sides of beams, and other parts 19 not supporting weight of concrete may be removed as soon as 20 concrete has hardened sufficiently to resist damage from 21 removal. 22 23 E. Where no reshoring is planned, leave forms and shoring used 24 to support weight of concrete in place until concrete has 25 attained its specified 28-day compressive strength. Where a 26 reshoring procedure is planned, supporting formwork may be 27 removed when concrete has reached 85'percent of specified 28 strength. 29 30 F. When shores and other vertical supports are so arranged that 31 non -load -carrying form facing material may be removed without 32 loosening or disturbing shores and supports, facing material 33 may be removed when concrete has sufficiently hardened to 34 resist damage from removal. 35 36 37 END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 City of Lubbock, Municipal Water Treatment —Contract 3 03208-1 I 7 I r L r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92A30 PART 1 - GENERAL 1.01 SUMMARY SECTION 03208 REINFORCEMENT A. Section Includes: 1. Reinforcing bar requirements for concrete construction. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03311 - Concrete Mixing, Placing, Jointing and Curing. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. SP-66, ACI Detailing Manual. b. 318, Building Code Requirements for Reinforced Concrete. 2. American Society for Testing and Materials (ASTM): a. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. b. A185, Standard Specification for Welded Steel Wire Fabric for Concrete Reinforcement. c. A497, Standard Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement. d. A615, Standard Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement including Supplementary Requirements S1. 3. Concrete Reinforcing Steel Institute: a. Manual of Standard Practice. 1.03 SUBMITTALS A. Shop Drawings: 1. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Mill certificates for all reinforcing. d. Manufacture and type of proprietary rebar mechanical splices. 2. Rebar number, sizes, spacing, dimensions, configurations, locations, mark numbers, lap splice lengths and locations, concrete cover and rebar supports. 3. Sufficient rebar details to permit installation of 01 02 03 04 05 06 07 108 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r City of Lubbock, Municipal Water Treatment - Contract 3 03208-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 reinforcing. 4. Rebar details in accordance with ACI SP-66. 5. Shop drawings shall be in sufficient detail to permit installation of reinforcing without reference to Contract Drawings. Shop drawings shall not be prepared by reproducing the plans and details indicated on the Contract Drawings but shall consist of completely redrawn plans and details as necessary to indicate complete fabrication and installation of all reinforcing steel. PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Steel: 1. Bars: ASTM A615, Grade 60 2. Column ties, field bent dowels and #3 bars when used as stirrups: ASTM A615, Grade 40. 3.. Column spirals: ASTM A82. B. Welded Wire Fabric: ASTM A185 or ASTM A497. C. Smooth Dowel Bars: ASTM A615 Grade 60 with metal end cap to allow longitudinal movement equal to joint width plus 1 IN. 2.02 ACCESSORIES A. Metal Chairs, Runners, Bolsters, Spacers, Hangers, and Other Rebar Supports: 1. Stainless steel tips in contact with forms. 2. Provide chairs with continuous plate bottoms for slab on grade. 2.03 FABRICATION A. Tolerances: I. Sheared lengths: +_1 IN. 2. Overall dimensions of stirrups, ties and spirals: ±1/2 IN. 3. All other bends: +0 IN, -1/2 IN. B. Minimum diameter of bends measured on the inside of the rebar to be as indicated in ACI 318 paragraph 7.2. C. Ship rebars to jobsite with attached plastic or metal tags. 1. Place on each tag the mark number of the rebar corresponding to the mark number indicated on the shop drawing. 2. Mark numbers on tags to be so placed that the numbers cannot be removed. PART 3 - EXECUTION 01' 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment —Contract 3 r 03208-3 F O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 3.01 ERECTION 02 03 A. Tolerances: 04 1. Rebar placement: 05 a. Clear distance to formed surfaces: ±1/4 IN. 06 b. Minimum spacing between bars: -1/4 IN. 07 c. Top bars in slabs and beams: 08 1) Members 8 IN deep or less: ±1/4 IN. 09 2) Members between 8 IN and 2 FT deep: ±1/2 IN. 10 3) Members more than 2 FT deep: +3/4 IN. 11 d. Crosswise of members: Spaced evenly within ±1 12 IN. 13 e. Lengthwise of members: ±2 IN. 14 2. Minimum clear distances between rebars: 15 a. Beams, walls and slabs: Distance equal to rebar 16 diameter or 1 IN, whichever is greater. 17 b. Columns: Distance equal to 1-1/2 times the rebar 18 diameter or 1-1/2 IN, whichever is greater. 19 c. Beam and slab rebars shall be threaded through the 20 column vertical rebars without displacing the column 21 vertical rebars and still maintaining the clear 22 distances required for the beam and slab rebars. 23 24 B. Minimum concrete protective covering for reinforcement, 25 unless indicated otherwise on Drawings: 26 1. Concrete deposited against earth: 3 IN. 27 2. Formed surfaces exposed to weather or in contact with 28 earth: 29 a. 2 IN for reinforcing bars #6 or larger. 30 b. 1-1/2 IN for reinforcing bars less than #6. 31 3. Formed surfaces exposed to or located above any liquid: 32 2 IN for all rebar sizes. 33 4. Other locations: 34 a. 1-1/2 IN for bars in beams or girders and columns 35 including stirrups and column spirals or ties. 36 b. Slabs, walls and joists: 37 1) Bar diameter +1/4 IN for #8 and larger. 38 2) 3/4 IN for #7 and smaller. 39 40 C. Unless indicated otherwise on Drawings, provide splice 41 lengths for reinforcing as follows: 42 1. For rebars: Class B tension splice as indicated in 43 Chapter 12 of ACI 318. 44 2. For welded wire fabric: Splice lap length measured 45 between outermost cross wires of each fabric sheet shall 46 not be less than l spacing of cross wires plus 2 IN, nor 47 less than 1.5 x development length nor less than 6 IN. 48 Development length shall be as required for the basic 49 development length for the specified fabric yield 50 strength in accordance with Section 12.8 in AC1 318. 51 3. Provide splices of reinforcing not specifically indicated 52 or specified subject to approval of Engineer. Mechanical 53 City of Lubbock, Municipal Water Treatment - Contract 3 03208-4 01proprietary splice connectors may only be used when 02 approved or indicated on the Contract Drawings. 03 04 D. Placing Rebars: 05 1. Assure that reinforcement at time concrete is placed is 06 free of mud, oil or other materials that may affect or 07 reduce bond. 08 2. Reinforcement with rust, mill scale or a combination of 09 both will be accepted as being satisfactory without 10 cleaning or brushing provided dimensions and weights 11 including heights of deformations on a cleaned sample is 12 not less than required by applicable ASTM specification 13 that governs for the rebar supplied. 14 3. Rebar support: 15 a. Uncoated rebar: 16 1) Support rebars and fasten together to prevent 17 displacement by construction loads or placing of 18 concrete. 19 2) On ground, provide supporting concrete blocks or 20 special chair with plate bottoms. 21 3) Over formwork, provide plastic -coated metal 22 chairs, runners, boosters, spacers, hangers and 23 other rebar support. Only tips in contact with 24 the forms need to be plastic coated. 25 b. Where parallel horizontal reinforcement in beams is 26 indicated to be placed in two or more layers, rebars 27 in the upper layers shall be placed directly above 28 rebars in the bottom layer with clear distance 29 between layers to be 1 IN. Place spacer rebars at 3 30 FT maximum centers to maintain the required l IN 31 clear distance between layers. 32 c. Extend reinforcement to within 2 IN of concrete 33 perimeter edges. If perimeter edge is earth formed, 34 extend reinforcement to within 3 IN of the edge. 35 d. To assure proper placement, furnish templates for all 36 column vertical bars and dowels. 37 e. Provide splices of reinforcing not specifically 38 indicated or specified subject to approval. 39 Mechanical proprietary connectors for reinforcing 40 bars may only be used when approved or indicated on 41 the Drawings 42 f. Do not bend reinforcement after embedding in hardened 43 concrete unless approved by Engineer. Do not bend 44 reinforcing by means of heat. 45 g. Do not tack weld reinforcing. 46 47 3.02 FIELD QUALITY CONTROL 48 49 A. Reinforcement Congestion and Interferences: 50 1. Notify Engineer whenever the specified clearances between 51 rebars cannot be met. 52 2. Do not place any concrete until the Engineer submits a 53 solution to rebar congestion problem. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 I 01 3. Rebars may be moved as necessary to avoid interference 02 with other reinforcing steel, conduits, or embedded 03 items. 04 4. If rebars are moved more than one bar diameter, or enough 05 to exceed above tolerances, obtain Engineer's approval of 06 resulting arrangement of rebars. �^ 07 S. No cutting of rebars shall be done without written 08 approval of Engineer. 09 10 11 END OF SECTION r E City of Lubbock, Municipal Water Treatment - Contract 3 r 03208-5 01 02 03 04 05 06 07 08 09 10 11 (THIS PAGE LEFT BLANK INTENTIONALLY) 7 05505-6 01 01 02 A. Verify field conditions and dimensions prior to fabrication. 02 03 03 04 B. Form materials to shapes indicated with straight lines, sharp 04 l l 05 angles, and smooth curves. 05 06 06 07 C. Drill or punch holes with smooth edges. 07 08 08 09 D. Weld Permanent Shop Connections: 09 10 1. Welds to be continuous fillet type unless indicated 10 11 otherwise. 11 ` 12 2. Full penetration butt weld bends in stair stringers which 12 13 are bent at landings. 13 14 3. Weld structural steel in accordance with AWS 01.1 using 14 15 Series E70 electrodes conforming to AWS A5.1. 15 16 4. Weld aluminum in accordance with AWS'01.2. 16 r� 17 5. Grind smooth welds that will be exposed. 17 18 18 19 E. Conceal fastenings where practicable. 19 20 21 F. Punch or drill for field connections and for attachment of 20 21 22 work by other trades. 22 23 23 r' 24 G. Fabricate work in shop in as large assemblies as is 24 25 practicable. 25 26 26 r 27 H. Finishes: 27 f 28 1. Aluminum: Mill finished unless scheduled or otherwise 28 29 specified or, if approved, finished in manufacturer's 29 r, 30 standard. 30 31 a. Coat surfaces in contact with dissimilar materials. 31 32 See Section 09905. 32 33 2. See Section 09905 for preparation and painting of ferrous 33 34 metals and other surfaces. 34 35 35 36 I. Fabricate grating, stairs, ladders and accessories as 36 37 specified herein unless shown otherwise on Drawings. 37 38 38 ` 39 39 40 PART 3 - EXECUTION 40 41 41 42 3.01 PREPARATION 42 43 43 r 44 A. Prior to installation, inspect and verify condition of 44 45 substrate. Installation of product constitutes installer's 45 46 acceptance of substrate condition for product compatibility. 46 47 47 48 B. Correct surface defects or conditions which may interfere 48 49 with or prevent a satisfactory installation. 49 �. 50 50 51 3.02 INSTALLATION 51 52 52 53 A. Set metal work level, true to line, plumb. 53 r City of Lubbock, Municipal Water Treatment - Contract 3 r 03308-1 01 92A30 SECTION 03308 02 03 CONCRETE, MATERIALS AND PROPORTIONING 04 05 06 PART 1 GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Concrete materials, strengths and proportioning for 12 concrete work. 13 2. Grouting: 14 a. Base plates for columns and equipment. 15 b. Dowels and anchors into concrete. 16 c. Patching cavities in concrete. 17 d. As specified and indicated in the Contract Document. 18 19 B. Related Sections include but are not necessarily limited to: 20 1. Division 0 - Bidding Requirements, Contract Forms, and 21 Conditions of the Contract. 22 2. Division 1 - General Requirements. 23 3. Section 03311 - Concrete, Mixing, Placing, Jointing, and 24 Curing. 25 4. Section 03350 - Testing. 26 27 1.02 QUALITY ASSURANCE 28 29 A. Referenced Standards 30 1. American Concrete Institute (ACI): 31 a. 211.1, Standard Practice for Selecting Proportions 32 for Normal, Mass and Heavyweight Concrete. 33 b. 212.1R, Admixtures for Concrete 34 c. 212.2R, Guide for Use of Admixtures in Concrete. 35 d. 318, Building Code Requirements for Reinforced 36 Concrete. - 37 2. American Society for Testing and Materials (ASTM): 38 a. C33, Standard Specification Concrete Aggregates. 39 b. C39, Standard Method of Test for Compressive Strength 40 of Cylindrical Concrete Specimens. 41 c. C94, Standard Specification for Ready Mixed Concrete. 42 d. C138, Standard Method of Test for Unit Weight, Yield, 43 and Air Content (Gravimetric) of Concrete. 44 e. C143, Standard Method of Test for Slump of Portland 45 Cement Concrete. 46 f. C150, Standard Specification for Portland Cement. 47 g. C173, Standard Method of Test for Air Content of 48 Freshly Mixed Concrete by the Volumetric Method. 49 h. C192, Standard Method of Making and Curing Concrete 50 Test Specimens in the Laboratory. 51 i. C231, Standard Method of Test for Air Content of 52 Freshly Mixed Concrete by the Pressure Method. 53 J. C260, Standard Specification for Air -Entraining O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment — Contract 3 r i r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Admixtures for Concrete. 01 k. C330, Standard Specifications for Lightweight 02 Aggregates for Structural Concrete. 03 1. C494, Standard Specification for Chemical Admixtures 04 for Concrete. 05 m. C618, Standard Specification for Fly Ash and Raw or 06 Calcined Natural Pozzolan for Use as a Mineral 07 Admixture in Portland Cement Concrete. 08 n. C1107, Standard Specification for Packed Dry, 09 Hydraulic -Cement Grout (Non -Shrink). 10 11 1.03 SUBMITTALS 12 13 A. Shop Drawings: 14 1. See Section 01340. 15 2. Product technical data including: 16 a. Acknowledgement that products submitted meet 17 requirements of standards referenced. 18 b. Manufacturer's instructions. 19 c. Concrete mix designs as required by Section 03350. 20 1) Manufacture and type of proposed admixtures. 21 2) Manufacturer and type of proposed non -shrink 22 grout and grout cure/seal compound. 23 3. Certifications: 24 a. Certification of standard deviation value in psi for 25 ready mix plant supplying the concrete. 26 b. Certification that the fly ash meets the quality 27 requirements stated in this Section, and fly ash 28 supplier's certified test reports for each shipment 29 of fly ash delivered to concrete supplier. 30 c. Certification that the class of coarse aggregate 31 meets the requirements of ASTM C33 for type and 32' location of concrete construction. 33 4. Test reports: 34 a. Cement mill reports for all cement to be supplied. 35 36 1.04 DELIVERY, STORAGE AND HANDLING 37 38 A. Storage of Materials: 39 1. Store cement and fly ash in weathertight buildings, bins, 40 or silos which will exclude moisture and contaminants. 41 2. Arrange aggregate stockpiles and use in a manner to avoid 42 excessive segregation and to prevent contamination with 43 other materials or with other sizes of like aggregates. 44 3. Allow natural sand to drain until it has reached a 45 relatively uniform moisture content before use. 46 4. Store admixtures in such a manner as to avoid 47 contamination, evaporation, or damage. 48 a. For those used in form of suspensions or non -stable 49 solutions, provide agitating equipment to assure 50 thorough distribution of ingredients. 51 b. Protect liquid admixtures from freezing and 52 temperature changes which would adversely affect 53 City of Lubbock, Municipal Water Treatment - Contract 3 03308-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 their characteristics and performance. B. Delivery: 1. Prepare a delivery ticket for each load of ready -mixed concrete. 2. Truck operator shall hand ticket to Engineer at the time of delivery. 3. Ticket to show: a. Serial number. b. Plant name. c. Name. d. Truck number. e. Purchaser. f. Specific job designation, name and location of project. g. Amount of concrete. h. Time loaded and first mixing time. i. Water added by receiver and initials. j. Time arrived on job. k. Reading of revolution counter when first mixed. 1. Type, brand, quantity of cement and aggregate. m. Mix design number. n. Type, brand, quantity of admixture. o. All information required to calculate how much water was added total to mix to see if field adjustment is allowed: 1). Aggregate moisture content. 2) Water added. 3) Design mix water amount. p. Fibrous reinforcing content. q. Outdoor temp in shade. r. Signature of ready mix supplier. 4. Failure to provide complete delivery ticket may result in rejection of load. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, following Manufacturers are acceptable: 1. Non -shrink grout: a. Master Builders. b. Gifford Hill. c. Sauereisen. d. U S Grout. e. Euclid Chemical Co. 2. Epoxy grout: a. Master Builders. b. Euclid Chemical Co. c. Sika. d. U S Grout. the 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment — Contract 3 r 4, 03308-4 01 - 01 02 B. Submit requests for substitution in accordance with 02 03 Specification Section 01640. 03 04 04 05 2.02 MATERIALS 05 06 06 07 A. Cement: 07 08 1. ASTM C150, Type I. 08 09 2. Cement type used shall correspond to that upon which 09 10 selection of concrete proportions was based in the mix 10 11 design. 11 12 12 13 B. Fly Ash: 13 14 1. ASTM C618, Class F. 14 15 2. Non -staining. 15 16 3. Suited to provide hardened concrete of uniform light grey 16 17 color.. 17 18 4. Maximum loss on ignition: 4 percent. 18 19 5. Compatible with other concrete ingredients and having no 19 20 deleterious effects on the hardened concrete. 20 21 6. Produced by source certified for providing fly ash for 21 22 concrete production. 22 23 7. Cement and fly ash type used shall correspond to that 23 24 upon which selection of concrete proportions was based in 24 25 the mix design. 25 26 26 27 C. Admixtures: 27 28 1. Air entraining: ASTM C260. 28 29 2. Water reducing, retarding, and accelerating: Conform to 29 30 ASTM C494, Types A through G, and provisions of ACI 30 31 212.1R and 212.2R. 31 t 32 3. High range water reducers (superplasticizers): Conform 32 33 to ASTM C494, Types F or G. 33 r^ 34 4. Pozzolanic: ASTM C618. 34 35 5. Admixtures not to contain more chloride ions than are 35 36 present in municipal drinking water. Calcium 36 37 chloride, thiocyanates or admixtures containing more 37 38 than 0.05% chloride ions are not permitted. 38 39 6. Provide admixtures of same type, manufacturer and 39 40 quantity as used in establishing required concrete 40 r 41 proportions in the mix design. 41 42 42 43 D. Water: 43 44 1. Potable. 44 . 45 2. Clean and free from deleterious substances. 45 46 3. Free of oils, acids and organic matter. 46 r. 47 47 48 E. Aggregates for Normal Weight Concrete: 48 ` 49 1. ASTM C33, except clay and shale particles no more than 1 49 50 percent. 50 r- 51 2. Fine and coarse aggregates to be regarded as separate 51 E 52 ingredients. 52 53 3. Fine aggregates to be natural, not manufactured. 53 r i ,. City of Lubbock, Municipal Water Treatment - Contract 3 I f 03308-5 01 4. Coarse aggregate sieve analysis: 02 a. For all other concrete: ASTM C33 size number 57 03 (maximum 1 IN). 04 5. Pozzolan or other additives shall not be used to 05 compensate for alkali reactivity of aggregates. 06 07 F. Maximum total chloride ion content for concrete mix including 08 all ingredients measured as a weight percent of cement: 09 1. 0.10 for all concrete. 10 11 G. Non -shrink Grout: 12 1. Non -shrink, non-metallic, non -corrosive, and 13 non -staining. 14 2. Premixed with only water to be added in accordance with 15 manufacturer's instructions at jobsite. 16 3. Grout to produce a positive but controlled expansion 17 Type C grout. Mass expansion shall not be created by 18 gas liberation or by other means. 19 4. Minimum 28-day compressive strength at fluid 20 consistency: 6500 psi. 21 5. Master Builders "Masterflow 713"; Euclid Chemical Co. 22 "Euco NS"; Sauereisen Cements "F-100 Level Fill 23 Grout"; U S Grout "Five Star Grout"; or equal. 24 6. In accordance with ASTM C1107. 25 26 H. Epoxy Grout: 27 1. Multi -component, premeasured, fast -curing combination 28 of thermosetting resins and fillers► 29 a. Master Builders Ceilcote "HT648" grout. 30 b. Euclid Chemical Company "Euco High Strength Epoxy 31 Grout." 32 c. Sika "Sikadur Groutpak.". 33 d. U S Grout "Five Start Epoxy Grout." 34 e. Or equal. 35 36 2.03 MIXES 37 38 A. General: 39 1. Provide concrete capable of being placed without 40 aggregate segregation and, when cured, of developing all 41 properties specified. 42 2. All concrete to be normal weight concrete, except where 43 lightweight concrete is noted on Drawings, weighing 44 approximately 145 to 150 LBS per cubic foot at 28 days 45 after placement. 46 47 B. Minimum 28-Day Compressive Strengths: 48 1. Normal weight concrete fill. ...............3000 psi. 49 2. Normal weight concrete topping.. .............4000 psi. 50 3. Normal weight precast concrete.................5000 psi. 51 52 C. Air Entrainment: 53 1. Provide air entrainment in all concrete resulting in a 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 03308-6 01 total air content percent by volume as follows: 01 02 a. 1 IN maximum aggregate size: 3 to 6 percent total 02 03 air content. 03 04 b. 3/4 IN maximum aggregate size: 5 to 7 percent total 04 05 air content. 05 06 c. 1/2 IN maximum aggregate size: 6 to 8 percent total 06 r 07 air content. 07 08 08 09 D. Slump: 09 10 1. Provide additional water at ready mix plant for concrete 10 11 that is to be pumped to allow for slump loss due to 11 12 pumping. Provide only enough additional water so that 12 13 slump of concrete at discharge end of pump hose does not 13 r" 14 exceed maximum slump as determined by ASTM C143. 14 15 15 16 E. Proportioning: 16 r 17 1. General: 17 18 a. Proportion ingredients to produce a mixture which 18 19 will work readily into corners and angles of forms 19 20 and around reinforcement by methods of placement and 20 21 consolidation employed without permitting materials 21 22 to segregate or excessive free water to collect on 22 23 surface. 23 24 b. Proportion ingredients to produce proper placability, 24 25 durability, strength and other required properties. 25 26 2. Cement content and water cement ratio: 26 r 27 a. Minimum portland cement, LBS/CY for 4000 psi concrete 27 28 containing no water reducing admixture. 28 29 29 30 MAXIMUM WATER COARSE AGGREGATE SIZE 30 r, 31 CEMENT RATIO FROM #4 SIEVE TO 31 32 CONCRETE SLUMP, IN BY WEIGHT 3/4 IN 1 IN 32 33 =_________________ ____________ ====== ==== 33 7 34 4 0.45 611 583 34 35 35 36 b. For 3000 psi concrete, the minimum cement per cubic 36 �- 37 yard of concrete shall be 450 LBS, maximum slump 37 38 shall be 4 IN and maximum water cement ratio shall be 38 ` 39 0.49. 39 40 c. If fly ash is used, the substitution shall be on the 40 41 basis of 1.5 LBS of fly ash for each pound reduction 41 42 is portland cement. Therefore, these above minimum 42 43 weight valves shall be adjusted accordingly. 43 �^ 44 d. Cement content is based on use of water reducing 44 45 admixture and shall be increased by 10 percent if 45 46 water reducing admixture is not used. 46 r 47 e. Volume ratio of fine to total aggregates: 47 I 48 48 49 COARSE 49 50 AGGREGATE MINIMUM MAXIMUM 50 r^ 51 SIZE (IN) RATIO RATIO 51 52 =________ _______ ______= 52 53 3/4 0.35 0.50 53 r J City of Lubbock, Municipal Water Treatment - Contract 3 r 03308-7 01 1 0.30 0.46 01 02 02 03 3. Fly ash: 03 04 a. 1or cast -in -place concrete only, a maximum of 15 04 05 percent by weight of portland cement content per 05 06 cubic yard may be replaced with fly ash. 06 07 b. If fly ash is used, the water to fly ash/cement ratio 07 08 not to exceed the maximum water cement ratio 08 09 specified in this Section. 09 10 4. Water reducing, retarding, and accelerating admixtures: 10 11 a. Use in accordance with manufacturer's instructions. 11 12 b. Use unless otherwise approved by Engineer. 12 13 5. High range water reducers (superplasticizers): 13 14 a. Use in accordance with manufacturer's instructions. 14 15 b. Use for water containing walls and slabs unless 15 16 otherwise approved by Engineer. 16 17 c. Maximum concrete slump before addition of admixture 17 18 to be 3 IN. Maximum slump after addition to be 8 IN. 18 19 d. Maximum water -cement ratio of the concrete mix 19 20 containing a high range water reducer to be 0.40. 20 21 6. Concrete mix proportioning methods for normal weight 21 22 concrete: 22 23 a. Method 1: 23 24 1. Combination of materials proposed is to be evaluated 24 25 and proportions selected on basis of trial mixes. 25 26 2. Produce mixes having suitable proportions and 26 27 consistencies based on ACI 211.1, using at least 27 28 three different water cement ratios or cement 28 29 contents which will produce a range of 29 30 characteristics encompassing those required. 30 31 3. Design trial mixes to produce a slump within 0.75 IN 31 32 of maximum specified, and for air entrained concrete, 32 33 air content within 0.5 percent specified. 33 34 4. For each water cement ratio, cement content or 34 35 admixture, make at least three compression test 35 36 cylinders for specified test age, and cure in 36 37 accordance with ASTM C192. -Test for strength at 28 37 38 days in accordance with ASTM C39. 38 39 5. From results of these tests, plot a curve showing 39 40 relationship between water cement ratio or cement 40 41 content and compressive strength. 41 42 6. From this curve select water cement ratio or cement 42 43 content to be used to produce required average 43 44 strength. 44 45 7. Use cement content and mixture proportions such that 45 46 maximum water cement ratio is not exceeded when slump 46 47 is maximum specified. 47 48 8. Base field control on maintenance of proper cement 48 49 content, slump, air content and water cement ratio. 49 50 9. See paragraph hereafter for definition of required 50 51 average strength. 51 52 b. Method 2: Per ACI-318, Chapter 5, except as 52 53 modified herein: 53 City of Lubbock, Municipal Water Treatment - Contract 3 03308-8 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 7. 1. Field test records must be acceptable to Engineer to use this method. 2. Test records shall represent materials, proportions and conditions similar to those specified. Required average strength: a. Required average strength to exceed the specified 28-day compressive strength by the amount determined or calculated in accordance with paragraph 5.3.2 of ACI 318 using the standard deviation of the proposed concrete production facility as described in paragraph 5.3.1 of ACI 318-89. 2.04 SOURCE QUALITY CONTROL A. To assure stockpiles are not contaminated or materials are segregated, perform any test for determining conformance to requirements for cleanness and grading on samples secured from aggregates at point of batching. Provide test reports in accordance with Section 03350. B. Do not use frozen or partially frozen aggregates. PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL A. Determine air content in accordance with ASTM C138, C173, or C231 B. Measure slump in accordance with ASTM C143. C. Perform strength test on any concrete to which water has been added at the jobsite. D. See Section 03350. END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 r t City of Lubbock, Municipal Water Treatment - Contract 3 03311-1 01 92A31 SECTION 03311 01 02 02 03 CONCRETE MIXING, PLACING, JOINTING, AND CURING 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 -09 10 A. Section Includes: 10 11 1. Mixing, placing, jointing, and curing of concrete 11 12 construction. 12 13 13 14 B. Related Sections include but are not necessarily limited to: - 14 15 1. Division 0 - Bidding Requirements, Contract Forms, and 15 16 Conditions of the Contract. 16 17 2. Division l - General Requirements. 17 18 3. Section 03308 - Concrete, Materials and Proportioning. 18 19 4. Section 03348 - Concrete Finishing and Repair of Surface 19 20 Defects. 20 21 5. Section 03350 - Testing. 21 22 6. Section 07900 - Joint Sealants. 22 23 23 24 1.02 QUALITY ASSURANCE 24 25 25 26 A. Referenced Standards: 26 27 1. American Concrete Institute (ACI): 27 28 a. 304, Recommended Practice for Measuring, Mixing, 28 29 Transporting and Placing Concrete. 29 30 b. 305R, Hot Weather Concreting. 30 31 c. 306R, Cold Weather Concreting. 31 32 d. 309, Guide for Consolidation of,Concrete. 32 33 2. American Society for Testing and Materials (ASTM): 33. 34 a. C94, Standard Specification for Ready Mixed Concrete. 34 35 b. C171, Standard Specification for Sheet Materials for 35 36 Curing Concrete. 36 37 c. C309, Standard Specification for Liquid Membrane 37 38 Forming Compounds for Curing Concrete., 38 39 d.• D994, Specification for Preformed Expansion Joint 39 40 Filler for Concrete (Bituminous Type). 40 41 e. D1056, Specification for Flexible Cellular Materials 41 42 Sponge or Expanded Rubber. 42 43 f. D1751, Standard Specification for Preformed Expansion 43 44 Joint Fillers for Concrete Paving and Structural 44 45 Construction (Non -Extruding and Resilient Bituminous 45 46 Types). 46 47 3. Corps of Engineers: 47 48 a. CRD-0572, Specification for Polyvinyl Waterstops. 48 49 4. National Ready Mixed Concrete Association (NRMCA): 49 50 a. Check List for Certification of Ready Mixed Concrete 50 51 Production Facilities. 51 52 B. Qualifications: 52 53 1. Ready Mixed Concrete Batch Plant: Certified by NRMCA. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 03311-2 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Scaled (minimum 1/8 IN per foot) drawings showing proposed locations of construction joints and ,joint keyway dimensions. d. Manufacturers and types: 1) Joint fillers. 2) Curing agents. 3) Construction joint bonding adhesive. e. Manufacturers and types: 1) Pressure relief valves. 2) Waterstops. 3. Certifications: a. Ready mix concrete plant certification. b. Waterstops: Products shipped meet or exceed the physical properties specified. B. Samples: 1. Waterstops, expansion and contraction joints: a. Extruded or molded section: Each size and shape. b. Fabricated crosses: Each size and shape. c. Must be representative in all respects: 1) Materials. 2) Fabrication workmanship. d. Obtain approval before: 1) Manufacture of sections. 2) Fabrication. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS AND MATERIALS A. Neoprene Expansion Joint Fillers: 1. Manufacturers: a. Permaglaze. b. Rubatex. c. Williams Products. 2. Materials: a. Closed cell neoprene. b. ASTM D1056, Class SC, 2 to 5 psi compression deflection, Grade SCE-41. B. Asphalt Expansion Joint Fillers: 1. Manufacturers: a. W R Meadows. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 03311-3 01 b. J and P Petroleum Products. 01 02 2. Materials: ASTM D994. 02 03 03 04 C. Waterstops for General Construction Joints: 04 05 1. Steel, ungalvanized. 05 06 2. Dimensions as indicated on drawings. 06 07 07 08 D. Waterstops for Expansion and Contraction Joint: 08 09 1. Manufacturers: 09 10 a. Greenstreak Plastics' Products. 10 11 b. R W Meadows. 11 12 c. US Rubber. 12 13 2. Materials: 13 14 a. Virgin polyvinyl chloride compound not containing any 14 15 scrap or reclaimed materials or pigment. 15 16 b. Rubber. 16 17 c. Corps of Engineers Specification CRD-0572. 17 18 3. General: 18 19 a. 9 IN wide x 3/8 IN thick tear web type waterstop. 19 20 b. 2 IN minimum horizontal movement without rupturing. 20 21 c. Similar to Greenstreak Plastic Products Style #700. 21 22 4. In expansion or contraction joints for concrete sections 22 23 less than 8 IN: 23 24 a. 6 IN wide x 1/8 IN thick tear web type waterstop. 24 25 b. 2 IN minimum horizontal movement without rupturing. 25 26 c. Similar to Greenstreak Plastics Products Style #698. 26 27 27 28 E. Bonding Agent: Weld -Crete, Larsen Products Corp., or equal. 28 29 29 30 F. Membrane Curing Compound and Floor Sealer (VOC compliant): 30 31 ASTM C309; chlorinated rubber, minimum 18 percent solids; Grace 31 32 "Dekote," Process solvent "Concrete Treatment ALX-9," Protex 32 33 "Triple Seal Series CRD-18," TK Products "Tri-Kote TK-18," or 33 34 equal. 34 35 35 36 G. Bearing Pads: 36 37 1. Neoprene: Durometer 50, minimum 1/2 IN thick. 37 38 2. Elastomer with graphite lubrication: Chesterton 38 39 "Cheses," Nicolet Industries, Inc. "Kon-X Bearing Pads," 39 40 or equal. 40 41 41 42 H. Submit requests for substitutions in accordance with 42 43 Specification Section 01640. 43 44 44 45 2.02 SOURCE QUALITY CONTROL 45 46 46 47 A. The central concrete plant shall conform to the check list 47 48 for certification of Ready Mixed Concrete Production 48 49 Facilities of the NRMCA. 49 50 50 51 B. Precast concrete may be produced by precaster if his 51 52 batching, mixing, and transporting facilities meet 52 53 requirements of Paragraph A immediately above. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 03311-4 r 6 7 01 01 02 02 03 PART 3 - EXECUTION 03 04 04 05 3.01 PREPARATION 05 06 06 07 A. General: 07 08 1. Complete formwork. 08 09 2. Remove earth, snow, ice, water, and other foreign 09 10 materials from areas that will receive concrete. 10 11 3. Secure reinforcement in place. 11 12 4. Position expansion joint material, anchors and other 12 13 embedded items. 13 14 5. Obtain approval of reinforcement erection and placement 14 15 prior to placing concrete. 15 16 6. Do not place concrete during rain, sleet, or snow, unless 16 17 adequate protection is provided and approval is obtained. 17 18 Do not allow rainwater to increase mixing water nor to 18 19 damage surface finish. 19 20 7. Plan size of crews with due regard for effects of 20 21 concrete temperature and atmospheric conditions on rate 21 22 of hardening of concrete as required to obtain good 22 23 surfaces and avoid unplanned cold joints. 23 24 a. Do not allow rainwater to increase mixing water nor 24 25 to damage surface finish. 25 26 S. Coat all construction joints with an approved bonding 26 27 material,before new concrete is placed. Apply 27 28 proprietary bonding adhesive in accordance with 28 29 manufacturer's instructions. 29 30 9. Remove hardened concrete and foreign materials from inner 30 31 surfaces of conveying equipment and formwork. 31 32 32 33 B. Preparation of Subgrade for Slabs On Ground: 33 34 1. Subgrade drained and of adequate and uniform load -bearing 34 35 nature. 35 36 2. Obtain approval of subgrade compaction density prior to 36 37 placing slabs on ground. 37 38 3. Maintain subgrade at a temperature above 32 DegF before 38 39 concrete placing begins for a sufficient amount of time 39 40 to remove frost. 40 41 4. Moisten subgrade to eliminate absorption. Keep subgrade 41 42 moist at time of concreting. Allow no free-standing 42 43 water on subgrade or soft or muddy spots when concrete is 43 44 placed. 44 45 45 46 C. Edge Forms and Screeds: 46 47 1. Set accurately to produce designated elevations and 47 48 contours of finished surface. 48 49 2. Sufficiently strong to support vibrating screeds or 49 50 roller pipe screeds, if required. 50 51 3. Use strike off templates, or approved vibrating type 51 52 screeds, to align concrete surfaces to contours of screed 52 53 strips. 53 City of Lubbock, Municipal Water Treatment - Contract 3 03311-5 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 3.02 CONCRETE MIXING A. General: 1. Provide all concrete from a central plant conforming to Check List for Certification of Ready Mixed Concrete Production Facilities of the NRMCA. 2. Batch, mix, and transport in accordance with ASTM C94. B. Control of Admixtures: 1. Charge admixtures into mixer as solutions. a. Measure by means of an approved mechanical dispensing device. b. Liquid considered a part of mixing water. c. Admixtures that cannot be added in solution may be weighed or measured by volume if so recommended by manufacturer. 2. Add separately, when two or more admixtures are used in concrete, to avoid possible interaction that might interfere with efficiency of either admixture, or adversely affect concrete. 3. Complete addition of retarding admixtures within one minute after addition of water to cement has been completed, or prior to beginning of last three quarters of required mixing, whichever occurs first. C. Tempering and Control of Mixing Water: 1. Mix concrete only in quantities for immediate use. 2. Discard concrete which has set. 3. Discharge concrete from ready mix trucks within time limit and drum revolutions stated in ASTM C94. 4. Minimum slump: I IN. 5. Addition of water at the jobsite: a. See Section 03308 for specified water cement ratio and slump. b. Do not exceed maximum specified water cement ratio or slump. c. Incorporate water by additional mixing equal to at least half of total mixing required. d. See Section 03350.. Perform strength test on any concrete to which water has been added at the jobsite. 3.03 PLACING OF CONCRETE A. General: 1. Comply with ACI 304. 2. Do not place concrete during rain, sleet or.snow, unless adequate protection is provided and approval is obtained. 3. Deposit concrete: a. Continuously to avoid cold joints. b. In layers of 12 to 18 IN. 4. Locate construction joints at locations approved by O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 03311-6 I O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 5. 6. 7. B. ki 10. 11. Engineer.. a. Plan size of crews with due regard for effects of concrete temperature and atmospheric conditions to avoid unplanned cold joints. Place concrete at such a rate that concrete, which is being integrated with fresh concrete, is still workable. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. Spreaders: a. Temporary: 1) Remove as soon as concrete placing renders their function unnecessary. b. Embedded: 1) Obtain approval of Engineer. 2) Materials: Concrete or metal. 3) Ends of metal spreaders coated with plastic coating 2 IN from each end. Do not begin placing of concrete in supported elements until concrete previously placed in supporting members is no longer plastic and has been in place a minimum of 2 HRS. Deposit concrete as nearly as practicable in its final position to avoid segregation. a. Maximum free fall: 4 FT. b. Free fall exceeding 4 FT: 1) Place concrete by means of hopper, elephant trunk or tremie pipe extending down to within 4 FT of surface placed upon. Perform the following operations before bleeding water has an opportunity to collect on surface: a. Spread. b. Consolidate. c. Straightedge. d. Darby or bull float. Provide slabs and beams of minimum indicated/required depth when sloping structural foundation base slabs and elevated slabs to drains. For floor slabs on grade, slope top of subgrade to provide slab of required uniform thickness. B. High -Range Water Reducers (Superplasticizers): 1. Manufacturer's representative be present at the jobsite to instruct the Contractor as to the proper use and dosage of the admixture. 2. Perform concrete slump test at the jobsite both prior to and after addition of the admixture to the concrete. C. Cold Weather Concrete Placement: 1. Comply with ACI 306R. 2. Do not place concrete on substrates that are not above 32 OegF or contain frozen material. 3. Maintain all materials, forms, reinforcement, subgrade and any other items which concrete will come in contact City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 03311-7 01 with free of frost, ice or snow at time of concrete 02 placement. 03 4. Temperature of concrete when discharged at site: 04 05 MINIMUM CONCRETE MINIMUM CONCRETE 06 TEMPERATURE, OEGF TEMPERATURE, DEGF 07 FOR SECTIONS WITH FOR SECTIONS WITH 08 AIR TEMPERATURE LEAST DIMENSION LEAST DIMENSION 09 DEGF LESS THAN 12 IN 12 IN OR GREATER 10 CaeSlSS!!!S!!SS! S!!!lSSSS!!!lSSSS !.l SLSSSSSSllSLSlS 11 30 to 45 60 55 12 0 to 30 65 55 13 below 0 70 60 14 15 5. Heat subgrade, forms, and reinforcement so the 16 temperature of the subgrade, forms, and reinforcement 17 will be between 45 and 70 DegF, when temperature of 18 surrounding air is 40 DegF or below at time concrete is 19 placed. Remove all frost from subgrade, forms and 20 reinforcement before concrete is placed. 21 6. Combine water with aggregate in mixer before cement is 22 added, if water or aggregate is heated above 90 DegF. 23 7. Do not mix cement with water or with mixtures of water 24 and aggregate having a temperature greater than 90 DegF. 25 8. Do not place slabs on ground if temperature is below 40 26 DegF or if temperature surrounding the slab will be below 27 40 DegF before structure is enclosed and heated. 28 29 D. Hot Weather Concrete Placement: 30 1. Comply with ACI 305R. 31 2. Cool ingredients before mixing, or add flake ice or well 32 crushed ice of a size that will melt completely during 33 mixing for all or part of mixing water if high 34 temperature, low slump, flash set, cold joints, or 35 shrinkage cracks are encountered. 36 3. Temperature of concrete when placed: 37 a. Not to exceed 90 DegF. 38 b. Not so high as to cause: 39 1) Shrinkage cracks. 40 2) Difficulty in placement due to loss of slump. 41 3) Flash. set. 42 4. Temperature of forms and reinforcing when placing 43 concrete: 44 a. Not to exceed 90 DegF. 45 b. May be reduced by spraying with water to cool below 46 90 DegF. 47 1) Leave no standing water to contact concrete being 48 placed. 49 50 E. Consolidating: 51 1. Consolidate in accordance with ACI 309 except as modified 52 herein. 53 2. Consolidate by vibration so that concrete is thoroughly City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 03311-8 r s 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 worked around reinforcement, embedded items and into 01 corners of forms: 02 a. Eliminate: 03 1) Air or stone pockets. 04 2) Honeycombing or pitting. 05 3) Planes of weakness. 06 3. Internal vibrators: 07 a. Minimum frequency of 8000 vibrations per minute. 08 b. Insert and withdraw at points approximately 18 IN 09 apart. 10 1) Allow sufficient duration at each insertion to 11 consolidate concrete but not sufficient to cause 12 segregation. 13 c. Use in: 14 1) Beams and girders of framed slabs. 15 2) Columns and walls. 16 4. Obtain consolidation of slabs with internal vibrators, 17 vibrating screeds, roller pipe screeds, or other approved 18 means. 19 S. Do not use vibrators to transport concrete within forms. 20 6. Provide spare vibrators on jobsite during all concrete 21 placing operations. 22 7. Bring a full surface of mortar against form by vibration 23 supplemented if necessary by spading to work coarse 24 aggregate back from formed surface, where concrete is to 25 have an as -cast finish. 26 8. Use suitable form vibrators located just below top 27 surface of concrete, where internal vibrators cannot be 28 used in areas of congested reinforcing. 29 9. Prevent construction equipment, construction operations, 30 and personnel from introducing vibrations into freshly 31 placed concrete after the concrete has been placed and 32 consolidated. 33 34 F. Handle concrete from mixer to place of final deposit by 35 methods which will prevent segregation or loss of ingredients 36 and in a manner which will assure that required quality of 37 concrete is maintained. 38 1. Use truck mixers, agitators, and non -agitating units in 39 accordance with ASTM C94. 40 2. Horizontal belt conveyors: 41 a. Mount at a slope which will not cause segregation or 42 loss of ingredients. 43 b. Protect concrete against undue drying or rise in 44 temperature. 45 c. Use an arrangement at discharge end to prevent 46 segregation. 47 d. Do not allow mortar to adhere to return length of 48 belt. 49 e. Discharge conveyor runs into equipment specially 50 designed for spreading concrete. 51 3. Metal or metal lined chutes: 52 a. Slope not exceeding 1 vertical to 2 horizontal and 53 City of Lubbock, Municipal Water Treatment - Contract 3 03311-9 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 not less than 1 vertical to 3 horizontal. b. Chutes more than 20 FT long and chutes not meeting slope requirements may be used provided they discharge into a hopper before distribution. c. Provide end of each chute with a device to prevent segregation. 4. Pumping or pneumatic conveying equipment: a. Designed for concrete application and having adequate pumping capacity. b. Control pneumatic placement so segregation is avoided in discharged concrete. c. Loss of slump in pumping or pneumatic conveying equipment shall not exceed 1-1/2 IN. d. Do not convey concrete through.pipe made of aluminum or aluminum alloy. e. Provide pumping equipment without Y sections. 3.04 JOINTS AND EMBEDDED ITEMS A. General - Construction Joints: 1. Locate joints as indicated on Contract Drawings or as shown on approved shop drawings. 2. Unplanned construction joints will not be allowed. If concrete cannot be completely placed between planned construction joints, then it must be removed. 3. In general, locate joints near middle of spans of slabs, beams and girders unless abeam intersects a girder at this point, in which case,.offset joint in girder a distance equal to twice the width of the beam. 4. Locate joints in walls and columns at underside of floors, slabs, beams, or girders, and at tops of foundations or floor slabs, unless shown otherwise. a. At Contractor's option, beam pockets may be formed into concrete walls. Size pockets to allow beam reinforcing to be placed as detailed on Drawings. 5. Place beams, girders, column capitals and drop panels at same time as slabs. 6. Make joints perpendicular to main reinforcement. 7. Continue all reinforcement across joints. Provide continuous keyways at all construction joints. Construction joint keyways shall have dimensions as shown on Drawings. 8. Allow a minimum of 48 HRS before placement of adjoining concrete construction. 9. Provide'waterstops in all below grade construction joints. B. Construction Joints - Spacing: 1. General - Structures not intended to contain liquid: a. Wall vertical construction joints 1) 60 FT maximum centers. 2) At wall intersections, 30 FT maximum from corner. City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 03311-10 i 01 b. Wall horizontal construction joints: 20-25 FT 01 02 centers. 02 03 c. Base slab, floor, and roof slab construction joints: 03 04 1) Placements to be approximately square and not to 04 05 exceed 3500 SF. 05 06 2) Maximum side dimension of a slab pour to be 06 07 80 FT. 07 08 2. Structures intended to contain liquids: 08 09 a. Wall vertical construction joints: 09 10 1) 30 FT maximum centers. 10 11 2) At wall intersections, 15 FT maximum from corner. 11 12 b. Wall horizontal construction joints: 10-15 FT 12 13 centers. 13 14 c. Base slab, floor, and roof slab construction joints: 14 15 1) Placements to be approximately square and not to 15 16 exceed 2000 SF. 16 17 2) Maximum side dimension of a slab pour to be 17 18 60 FT. 18 19 19 20 C. Bonding at Construction Joints: 20 21 1. Obtain bond between concrete pours at construction joints 21 22 by thoroughly cleaning and removing all laitance from 22 23 construction joints. Before new concrete is placed, all 23 24 construction joints shall be coated with the specified 24 25 bonding compound or epoxy adhesive. 25 26 a. General - Use cement based bonding grout acceptable for 26 27 all.construction joints except as noted in paragraph b. 27 28 below, or at Contractor's option use a bonding agent 28 29 for all construction joints. 29 30 1) Treatment of joint surface: 30 31 a) Roughen the surface of the concrete to expose 31 32 the aggregate uniformly. 32 33 b) Remove laitance, loosened particles of 33 34 aggregate or damaged concrete at the surface. 34 35 c) Dampen the hardened concrete (but do not 35 36 saturate) immediately prior to placing of 36 37 fresh concrete or grout. 37 38 2) Cover the hardened concrete of horizontal joints 38 39 with a coat of cement based bonding grout. 39 40 Bonding grout shall consist of one part 40 41 portland cement, two parts fine sand, specified 41 42 bonding admixture and water at a 50:50 ratio 42 43 and mix to achieve the consistency of thick 43 44 paint. 44 45 a) Place grout as thick as possible on vertical 45 46 surfaces. 46 47 b) Place 3 IN layer of grout in bottoms of wall 47 48 or column lifts immediately before placing 48 49 concrete and at least 1/2 IN thick on other 49 50 horizontal surfaces. Vibrate grout and first 50 51 layer of concrete simultaneously. 51 52 c) Place fresh concrete before the grout has 52 53 attained its initial set. 53 City of Lubbock, Municipal Water Treatment - Contract 3 03311-11 O1 d) In lieu of this bonding method, the 01 02 contractor may use "flowing" concrete 02 03 containing the HRWR admixture for the 03 04 first lift, 12" or more of concrete in 04 05 these members in walls or columns. 05 06 b. Use specified epoxy adhesive for walls and slabs of 06 07 tanks and structures designed to contain liquids and at 07 08 all joints in beams, girders, and slabs. 08 09 1) Joints receiving an adhesive shall be 09 10 prepared, and the adhesive applied in accordance 10 11 with the manufacturer's recommendations. 11 12 12 13 D. Locate joints in slabs on grade as indicated on Drawings. 13 14 1. Time cutting properly with set of concrete, if saw cut 14 15 joints are required or permitted. 15 16 a. Start cutting as soon as concrete.has hardened 16 17 sufficiently to prevent aggregates being dislodged by 17 18 saw. 18 19 b. Complete before. shrinkage stresses become sufficient 19 20 to produce cracking. 20 21 21 22 E. Expansion Joints: 22 23 1. Do not permit reinforcement or other embedded metal items 23 24 bonded to concrete (except smooth dowels bonded on only 24 25 one side of joint) to extend continuously through an 25 26 expansion joint. 26 27 2. Use neoprene expansion joint fillers, unless noted 27 28 otherwise on Drawings. 28 29 3. Seal expansion joints as shown on Drawings. See Section 29 30 07900 for requirements. 30 31 31 32 F. Waterstops: 32 33 1. Metal type: 33 34 a. Clean and free of coatings that weaken the bond with 34 35 the concrete. 35 36 b. Continuous through the length of the construction 36 37 joint. 37 38 c. Lap junction between adjacent sections 5 IN;and 38 39 securely bolt or weld together. 39 40 d. Maintain in proper position until surrounding 40 41 concrete is deposited and compacted. 41 42.. 2. Bulb type: 42 43 a. Position waterstop accurately in forms. 43 44 b. Install according to manufacturer's instructions. Do 44 45 not displace reinforcement from required location. 45 46 c. Waterstops to be continuous. 46 47 d. Ends and intersections butt spliced with electrical 47 48 splicing iron in accordance with manufacturer's 48 49 instructions. 49 50 50 51 G. Other Embedded Items: 51 52 1. Place sleeves, inserts, anchors, and embedded items 52 53 required for adjoining work or for its support, prior to 53 City of Lubbock, Municipal Water Treatment - Contract 3 03311-12 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 initiating concreting. a. Give Contractor, whose work is related to concrete or supported by it, ample notice and opportunity to introduce and/or furnish embedded .items before concrete placement. 2. Do not place electrical conduit, drains, or pipes in or thru concrete slabs, walls, columns, foundations, beams or other structural members unless approved by Engineer. H. Placing Embedded Items: 1. Position expansion joint material, waterstops, and other embedded items accurately. 2. Support against displacement. 3. Fill voids in sleeves, inserts and anchor slots temporarily with readily removable material to prevent entry of concrete into voids. 4. Provide adequate means for anchoring waterstop in concrete. a. Provide means to prevent flat -strip waterstops in the forms, from being folded over by the concrete as it is placed. b. Hold horizontal waterstops in place with continuous supports. Tack the top edge of the waterstop. c. Hold vertical waterstops in place with light wire ties, on 18 IN centers, passed through the edge of the waterstop and tied to the two curtains of reinforcing steel. d. Work concrete under the waterstops by hand, so as to avoid the formation of air and rock pockets, when placing roof and floor slab concrete around waterstops. 3.05 FINISHING A. See Section 03348. 1. Coordinate mixing 3.06 INSTALLATION OF GROUT and placing with finishing. A. Grout Schedule of Use: 1. Sand cement grout: a. General use. 2. Epoxy grout: a. Patching cavities in concrete. b. Grouting of dowels and anchor bolts into existing concrete. c. Grouting of equipment is 500 HP and above. d. Other uses indicated 3. Non -shrink non-metallic: a. Column baseplates. b. Grouting of equipment is less than 500 HP. base plates where driving motor on the Drawings. baseplates where driving motor 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 03311-13 01 c. Other uses indicated on the Drawings. 01 02 02 03 B. Grout Performance Requirements: 03 04 1. Epoxy: 04 05 a. Three -component epoxy resin system. 05 06 1) Two liquid epoxy components. 06 07 2) One inert aggregate filter component. 07 08 b. Each component furnished in separate package for 08 09 mixing at jobsite. 09 10 2. Non -shrink, nonmetallic grout: 10 11 a. Factory premixed, requiring only water addition in 11 12 the field. 12 13 13 14 C. Grout Installation: 14 15 1. Sand cement grout: 15 16 a. Consolidate grout by rodding or by other means to 16 17 assure complete filling of voids. 17 18 b. Cure grout by one of methods specified herein. 18 19 2. Non -shrink non-metallic grout: 19 20 a. Clean concrete surface to receive grout. 20 21 b. Saturate concrete with water for 24 HRS prior to 21 22 grouting. 22 23 c. Mix in a mechanical mixer. 23 24 d. Use no more water than necessary to produce flowable 24 25 grout. 25 26 e. Place in accordance with manufacturer's instructions. 26 27 f. Provide under beam, column, and equipment base 27 28 plates, and in other locations indicated on the 28 29 Drawings. 29 30 g. Completely fill all spaces and cavities below the top 30 31 of base plates. 31 32 h. Provide forms where base plates and bed plates do not 32 33 confine grout. 33 34 i. Where exposed to view, finish grout edges smooth. 34 35 J. Except where a slope is indicated on the Drawings, 35 36 finish edges flush at the base plate, bed plate, 36 37 member or piece of equipment.-- 37 38 k. Coat exposed edges of grout with cure or seal 38 39 compound recommended by the grout manufacturer. 39 40 1. Protect against rapid moisture loss by covering with 40 41 wet rags or polyethylene sheets. Wet cure grout for 41 42 7 days minimum. 42 43 3. Epoxy grout: 43 44 a. Mix and place in accordance with manufacturer's 44 45 instructions. 45 46 b. Apply only to clean, dry, sound surface. 46 47 c. Completely fill all cavities and spaces around dowels 47 48 and anchors without voids. 48 49 d. Grout base and bed plates as specified for 49 50 non -shrinking, non-metallic grout. 50 51 e. Obtain manufacturer's field technical assistance as 51 52 required to assure proper placement. 52 53 53 City of Lubbock, Municipal. Water Treatment - Contract 3 03311-14 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 3.07 CURING AND PROTECTION A. Protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury immediately after placement, and maintain with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement, hardening, and compressive strength gain. Follow recommendations of ACI 308 except as modified herein. B. Apply one of the following curing procedures immediately after completion of placement and finishing, for concrete surfaces not in contact with forms. 1. Ponding or continuous sprinkling. 2. Application of absorptive mats or fabric kept continuously wet. 3. Application of sand kept continuously wet. 4. Continuous application of steam (not exceeding 150 DegF) or mist spray. 5. Application of waterproof sheet materials, conforming to ASTM C171. 6. Application of other moisture retaining covering as approved. 7. Application of a curing compound conforming to ASTM C309. a. Apply curing compound in accordance with manufacturer's recommendations immediately after any water sheen which may develop after finishing has disappeared from concrete surface. b. Do not use on any surface against which additional concrete or other material is to be bonded unless it is proven that curing compound will not prevent bond. c. Where a vertical surface is cured with a curing compound, the vertical surface shall be covered with a minimum of two coats of the curing compound. 1) Allow the preceding coat to completely dry prior to applying the next coat. 2) Apply the first coat of curing compound to a vertical surface immediately after form removal. 3) The vertical concrete surface at the time of receiving the first coat shall be damp with no free water on the surface. 4) A vertical surface: Any surface steeper than 1 vertical to 4 horizontal. d. Curing compounds used in water treatment plant construction shall be non -toxic and taste and odor free. C. Curing Concrete In Contact with Forms: 1. Minimize moisture loss from and temperature gain of concrete placed in forms exposed to heating by sun by keeping forms wet and cool until they can be safely removed. 2. After form removal, cure concrete until end of time 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 03311-15 01 prescribed. 01 02 a. Use one of methods listed above. 02 03 3. Forms left in place shall not be used as a method of 03 04 curing in hot weather. 04 05 4. The term "hot weather," where used in these 05 06 specifications, is defined in ACI 305R. 06 07 5. In hot weather, remove forms from verticalsurfaces as 07 08 soon as concrete has gained sufficient strength so that 08 09 the formwork is no longer required to support the 09 10 concrete. 10 11 11 12 D. Continue curing for at least 7 days for all concrete except 12 13 high early strength concrete for which period shall be at 13 14 least 3 days. If one of curing procedures indicated above is 14 15 used initially, it may be replaced by one of other procedures 15 16 indicated any time after concrete is 1 day old, provided 16 17 concrete is not permitted to become surface dry during 17 18 transition. 18 19 19 20 E. Cold Weather: 20 21 1. Follow recommendations of ACI 306R. - 21 22 2. Maintain temperature of concrete between 50 and 70 DegF 22 23 for required curing period, when outdoor temperature is 23 24 40 DegF, or less. 24 25 3. Use heating, covering, insulating, or housing of the 25 26 concrete work to maintain required temperature without 26 27 injury due to concentration of heat. 27 28 4. Do not use combustion heaters unless precautions are 28 29 taken to prevent exposure of concrete to exhaust gases 29 30 which contain _carbon dioxide. 30 31 5. Interior slabs in areas intended to be heated shall be 31 32 adequately protected so that frost does not develop in 32 33 the supporting subgrade. 33 34 34 35 F. Hot Weather: 35 36 1. Follow recommendations of ACI 305R.. 36 37 2. Make provision for cooling forms, reinforcement and 37 38 concrete, windbreaks, shading, fog spraying, sprinkling, 38 39 ponding, or wet covering with a light colored material. 39 40 3. Provide protective measures as quickly as concrete 40 41 hardening and finishing operations will allow. 41 42 42 43 G. Rate of Temperature Change: 43 44 1. Keep changes in temperature of air immediately adjacent 44 45 to concrete as uniform as possible, during and 45 46 immediately following curing period. 46 47 2. Do not exceed a temperature change of 5 DegF in any 1 HR 47 48 or 50 DegF in any 24 HR period. 48 49 49 50 H. Protection from Mechanical Injury: 50 51 1. Protect concrete from damaging mechanical disturbances, 51 52 such as load stresses, heavy shock, and excessive 52 53 vibration. 53 City of Lubbock, Municipal Water Treatment - Contract.3 03311-16 01 2. Protect finished concrete surfaces from damage by 01 02 construction equipment, materials, or methods, and by 02 03 rain or running water. 03 04 3. Do not load self supporting structures in such a clay as 04 05 to overstress concrete. 05 06 06 07 3.08 FIELD QUALITY CONTROL 07 08 08 09 A. Strength tests in accordance with Section 03350. 09 10 1. Perform a strength test on all concrete to which water or 10 11 superplastisizer, in addition to the amount stated in the 11 12 concrete mix design, has been added at the jobsite. 12 13 a. Perform strength test after water or superplastisizer 13 14 has been added and additional: mixing has been 14 15 performed. 15 16 16 17 B. Field samples of fabricated waterstop fittings (crosses, 17 r 18 tees, etc.) will be selected at random by the Engineer for 18 19 testing by a laboratory at the Owner's expense. When tested, 19 r. 20 they shall have a tensile strength across the joints equal to 20 21 at least 600 psi. 21 22 22 23 END OF SECTION 23 City of Lubbock, Municipal Water Treatment - Contract 3 03322-1 01 92A14 SECTION 03322 01 02 02 03 INSULATING CONCRETE ROOF DECK - 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Insulating concrete roof deck. 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division 1 - General Requirements. 14 15 15 16 1.02 QUALITY ASSURANCE 16 17 17 18 A. Applicator licensed or approved in writing by manufacturer. 18 19 19 20 B. Referenced Standards: 20 21 1. American Society for Testing and Materials (ASTM): 21 22 a. A185, Standard Specification for Welded Steel Wire 22 23 Fabric for Concrete Reinforcement. 23 24 b. C138, Test for Unit Weight, Yield, and Air Content 24 25 (Gravimetric) of Concrete. 25 26 c.. C150, Standard Specification for Portland Cement. 26 27. d. C172, Standard Method of Sampling Fresh Concrete. 27 28 e. C231, Standard Method of Test for Air Content of 28 29 Freshly Mixed Concrete by the Pressure Method. 29 30 f. C260, Standard Specification for Air Entraining 30 31 Admixtures for Concrete. 31 32 g. C332, Specification for Lightweight Aggregates for 32 33 Insulating Concrete. 33 34 h. C495, Test for Compressive Strength of Lightweight 34 35 Insulating Concrete. 35 36 i. E329, Standard Recommended Practice for Inspection 36 37 and Testing Agencies for Concrete, Steel, and 37 38 Bituminous Materials as Used in Construction. 38 39 2. Specifications of Vermiculite Institute. 39 40 40 41 1.03 SUBMITTALS 41 42 42 43 A. Shop Drawings: 43 44 1. See Section 01340. 44 45 2. Fabrication and/or layout drawings: 45 46 a. Scaled drawings showing all slopes, penetrations, 46 47 insulation and concrete thicknesses. 47 48 b. Technical data on welded wire fabric being provided. 48 49 3. Product technical data including: 49 50 a. Acknowledgement that products submitted meet 50 51 requirements of standards referenced. 51 52 b. Insulating concrete mix -design proposed for use. 52 53 - 1) Before start of work, conduct tests to determine 53 City of.Lubbock, Municipal Water Treatment - Contract 3 r 03322-2 I 0 O1 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 exact insulating concrete mix proportions which 01 will produce a material complying with 02 specification requirements. Submit insulating 03 concrete mix design to Engineer for approval. Do 04 not begin production of insulating concrete until 05 Engineer has returned approved mix design. Mix 06 design submittal to include the following: 07 a) Manufacturer, description, sizes and grading 08 of lightweight aggregates. 09 b) Proportioning of all materials. 10 c) Mill certificates for cement. 11 d) Type and amount of air entraining admixture. 12 e) Air content. 13 f) Unit weight of wet insulating concrete, 14 pounds per cubic foot. 15 g) Oven dry unit weight of insulating concrete, 16 pounds per cubic foot. 17 h) Four 28-day compression strength test results 18 on 4 IN DIA x 8 IN high concrete cylinders. 19 Approval of mix design by Engineer does not 20 relieve Contractor of his responsibility to 21 supply insulating concrete that meets 22 requirements of this Specification. 23 c. Manufacturer's specifications, application and 24 installation instructions for lightweight aggregate, 25 control joint filler and insulation board. 26 4. Certifications of applicator qualifications. 27 5. Test results: 28 a. Quality control test results of in place insulating 29 concrete. 30 31 32 PART 2 - PRODUCTS 33 34 2.01 ACCEPTABLE MANUFACTURERS 35 36 A. Subject to compliance with the Contract Documents, the 37 following Manufacturers are acceptable: 38 1. Vermiculite lightweight aggregate: 39 a. Zonolite by W R Grace. 40 2. Insulation: 41 a. Insulating Board by Zonolite. 42 43 B. Submit requests for substitution in accordance with 44 Specification Section 01640. 45 46 2.02 MATERIALS 47 48 A. Portland cement to comply with requirements of ASTM C150, 49 Type I. 50 51 B. Lightweight Aggregate: 52 1. ASTM C332, Group I and to Specifications of Vermiculite 53 City of Lubbock, Municipal Water Treatment - Contract 3 03322-3 01 Institute. 01 02 2. Vermiculite lightweight aggregate weighing between 6 and 02 03 10 pcf. 03 04 04 05 C. Water: Potable. 05 06 06 07 D. Air Entraining Admixture: ASTM C260. 07 08 08 09 E. Control Joint Filler: Fibrous glass, of thickness indicated 09 10 on Contract Drawings, and compressible to 1/2 original 10 11 thickness under load of 25 psi. 11 12 12 13 F. Welded Wire Fabric: 13 14 1. ASTM A185. 14 15 2. 6 IN x 6 IN W1.4 x W1.4 galvanized. 15 16 16 17 G. Insulation: Rigid boards of molded, expanded polystyrene 17 18 having vent slots cut through board, and having impermeable 18 19 facing material applied to prevent intrusion of concrete into 19 20 slots. Approved in writing by insulating concrete 20 21 manufacturer. 21 22 22 23 2.03 INSULATING CONCRETE PHYSICAL PROPERTIES 23 24 24 25 A. Maximum Oven Dry Weight: 28 pcf, determined in accordance 25 26 with ASTM C495. 26 21 27 28 B. Minimum Compressive Strength at 28 Days: 125 psi, determined 28 29 in accordance with ASTM C495. 29 30 30 31 C. Wet Density at Point of Placement: As required so that oven 31 32 dry weight does not exceed 28 pcf, determined in accordance 32 33 with ASTM C138. Approximately 44-60 psf. 33 34 34 35 2.04 MIXES 35 36 36 37 A. Prepare mix designs to meet the requirements of this Section. 37 38 38 39 B. No admixtures shall be used except as noted in this Section. 39 40 40 41 2.05 SOURCE QUALITY CONTROL 41 42 42 43 A. Employ the services of an independent testing laboratory to 43 44 perform all required tests. Testing laboratory to meet all 44 45 requirements stated in ASTM E329. 45 46 46 47 47 48 PART 3 - EXECUTION 48 49 49 50 3.01 PREPARATION 50 51 51 52 A. Examine substrate and conditions under which work is to be 52 53 performed. Correct unsatisfactory conditions. Ensure all 53 City of Lubbock, Municipal Water Treatment - Contract 3 0 03322-4 71 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 materials, reinforcement, insulation board and forms with which insulating concrete may come in contact are free of frost, ice, mud, water, dirt or other foreign matter. B. Examine top surface of structural concrete which is to receive insulating concrete to ensure that the surface has not been treated or sealed. C. Lay out control joint locations accurately before starting placement of materials. 3.02 APPLICATION A. Deliver concrete materials to site in quantities permitting immediate placement 1. Mix in accordance with manufacturer's recommendations. B. Do not place insulating concrete when temperature is below 40 DegF or when temperature will be below 40 DegF after insulating concrete has been placed and before reaching required 28-day compressive strength. Minimum temperature of wet insulating concrete when placed shall be 50 DegF. Do not place insulating concrete when temperature of the concrete being placed is above 90 DegF. C. Set insulation board on concrete roof deck surface. Set board in a slurry coat of same concrete mix as used for the insulating concrete to be placed over the boards. Set boards so that positive venting is provided. 0. Place insulating concrete to fill flutes in metal decking and provide minimum 1/8 IN cover over top. Set insulation boards so that positive venting is providing. E. Install welded wire fabric with minimum end and side laps of 10 IN. Cut to fit at walls, curbs and openings. Do not run fabric through control joints. F. During placement of insulating concrete, exercise care to avoid segregation of materials. Convey materials from mixer to place of final deposit by methods that will produce required physical properties. G. Do not tamp or vibrate insulating concrete. H. Locate reinforcing welded wire fabric at midpoint of insulating concrete thickness. If required, lift welded wire fabric during concrete placement to ensure its proper position. I. Provide minimum 1 IN wide control joints through thickness of insulating concrete at building expansion joints, at roof projections, and at parapet walls. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 71 City of Lubbock, Municipal Water Treatment - Contract 3 03322-5 O1 02 J. Set screeds to ensure insulating concrete is minimum of (2) 03 IN thick. 04 05 K. Place insulating concrete to screed depth. Screed or float 06 to even surface. Air cure for a minimum of 3 days., When' 07 temperature is above 80 DegF, or in dry or windy weather, 08 sprinkle.the insulating concrete continuously with water for 09 72 HRS after placing to allow hydration and minimize 10 shrinkage cracking. 11 12 L. Cover drains prior to installing insulating concrete. 13 14 M. Protect insulating concrete from damage due to impact, 15 overloading, or marring of surfaces during curing and roofing 16 period. 17 18 3.03 PROTECTION 19 20 A. Do not proceed with roof installation until insulating 21 concrete has been cured a minimum of 3 days. 22 23 B. Do not permit any traffic over insulating concrete deck until 24 deck is thoroughly cured. 25 26 3.04 FIELD QUALITY CONTROL 27 28 A. Daily Quality Control Testing: 29 1. At the start of each day's insulating concrete placement, 30 perform one insulating concrete quality control test. 31 For Bach 1500 SF of roof area, perform one additional 32 quality control test. Perform concrete sampling in 33 accordance with ASTM C172. For each quality control 34 test, perform the following. 35 a.. Wet density test in accordance with ASTM C138. 36 b'. Oven dry density test in accordance with ASTM C495, 37 c. Air content test in accordance with ASTM C138 or ASTM 38 C231. 39 d. Four 28-day compression test results performed on 4 40 IN DIA x 8 IN high concrete cylinders in accordance 41 with ASTM C495. 42 43 END OF SECTION O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 03348-1 01 92A31 SECTION 03348 01 02 02 03 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Concrete finishing and repair of surface defects. 11 12 2. Membrane hardener applied to surface of concrete slabs. 12 13 13 14 B. Related Sections include but are not necessarily limited to: 14 15 1. Division 0 - Bidding Requirements, Contract Forms, and 15 16 Conditions of the Contract. 16 17 2. Division 1 - General Requirements. 17 18 3. Section 03108 - Formwork. 18 1-9 4. Section 03308 - Concrete, Materials and Proportioning. 19 20 5. Section 09905 - Painting and Protective Coatings. 20 21 21 22 1.02 QUALITY ASSURANCE 22 23 23 24 A. Referenced Standards: 24 25 1. American Concrete Institute (ACI): 25 26 a. 301, Specifications for Structural Concrete for 26 27 Buildings. 27 28 2. American Society for Testing and Materials (ASTM): 28 29 a. C150, Standard Specification for Portland Cement. 29 30 b. C309, Standard Specification for Liquid Membrane- 30 31 Forming Compounds for Curing Concrete. 31 32 32 33 1.03 SUBMITTALS 33 34 34 35 A. Shop Drawings: 35 36 1. See Section 01340. 36 37 2. Product technical data including: 37 38 a. Acknowledgement that products submitted meet 38 39 requirements of standards referenced. 39 40 b. Manufacturer's installation instructions. 40 41 c. Schedule of concrete structures indicating finishes 41 42 of concrete surfaces. 42 43 3. Certification that products being used will not interfere 43 44 with bonding of future floor finishes. 44 45 45 46 1.04 DELIVERY, STORAGE, AND HANDLING 46 47 47 48 A. Comply with manufacturer's recommendations and requirements 48 49 for materials used. 49 50 50 51 1.05 WARRANTY 51 52 52 53 A. Provide warranty equal to specified manufacturer's standard 53 City of Lubbock, Municipal Water Treatment - Contract 3 03348-2 01 02 03 r04 05 06 07 08 09 r 10 11 12 r 13 E 14 15 16 17 18 19 20 21 22 23 24 25 26 r' 27 28 29 • 30 32 33 r 34 35 36 37 38 39 40 41 42 43 r 44 45 46 47 48 49 50 51 52 53 warranty for all products used. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, following Manufacturers are acceptable: 1. Chemical floor hardeners and sealing compounds: a. L & M Construction Chemicals, Inc. b. Euclid Chemicals Co. c. Master Builders, Inc. d. Or Approved Equal. 2. Bonding and repair materials: a. Euclid Chemical Co. b. Master Builders Inc. c. Sika Chemical Corp. d. Or Approved Equal. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MATERIALS the A. Chemical Floor Hardener and Sealing Compound: 1. Chlorinated rubber, minimum 18 percent solids. 2. Provide materials which do not react with, inhibit or otherwise interfere with adhesives for bonding future floor finishes. B. Bonding Agent: 1. High solids acrylic latex base liquid for interior or exterior application as a bonding agent to improve adhesion and mechanical properties of concrete patching mortars. 2. Euclid Chemical Co."Flex-Con." 3. Master Builders Inc."Acryl-Set." 4. L 8 M Construction Chemicals "Everbond." 5. Thoro System Products "Acryl 60." C. Cement: 1. ASTM C150, Type I portland. D. Aggregate: 1. Sand: Maximum size #30 mesh sieve. 2. For exposed aggregate finish surfaces: Same as surrounding wall. E. Water: Potable. 2.03 MIXES 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 City of Lubbock, Municipal Water Treatment - Contract 3 03348-3 O1 A. Bonding Grout: 02 1. One part cement to one part aggregate. 03 2. Mix cement and aggregate. 04 3. Mix bonding agent and water together in separate 05 container in accordance with manufacturer's instructions. 06 4. Add bonding agent/water mixture to cement/aggregate 07 mixture. O8 5. Mix to consistency of thick cream. 09 6. Bonding agent itself maybe used as bonding grout if 10 approved by manufacturer. 11 12 B. Patching Mortar: 13 1. One part cement to two and one-half parts aggregate by 14 damp loose volume. 15 a. Substitute white portland cement for a part of gray 16 portland cement to produce color matching surrounding 17 concrete. 18 2. Mix cement and aggregate. 19 3. Mix bonding agent and water together in separate 20 container in accordance with manufacturer's instructions. 21 4. Add only enough bonding agent/water mixture to 22 cement/aggregate mixture to allow handling and placing. 23 5. Let stand with frequent manipulation with a trowel, until 24 mix has reached stiffest consistency to allow placement. 25 26 27 PART 3 - EXECUTION 28 29 3.01 PREPARATION 30 31 A. Repair surface defects including filling tie holes within 24 32 HRS after removal of forms. 33 1. Remove all honeycombed and other defective concrete down 34 to sound concrete 35 2. Chip or abrasive blast to completely open air pockets and 36 honeycombs deeper than 1/4 IN, and other defective 37 concrete down to sound concrete. 38 a.. If chipping is necessary, make edges perpendicular to 39 surface or slightly undercut. 40 b. No featheredges will be permitted. 41 42 B. Filling Tie Holes and Repairing Surface Defects: 43 1. Fill and repair using patching mortar mix specified in 44 Article 2.03, MIXES. 45 2. Clean surfaces to remove dust, dirt, laitence, form oil, 46 grease, or other contaminants. 47 a. If required by bonding agent manufacturer, etch 48 surfaces with a muriatic acid solution followed by a 49 thorough rinse with clean water. 50 3. Dampen area to be patched and an area at least 6 IN wide 51 surrounding it prior to application of bonding grout. 52 4. Brush bonding grout into the surface after the surface 53 water has evaporated. O1 02 03 04 " 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 03348-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 5. Allow bonding grout to set for period of time required by bonding agentmanufacturer before applying' premixed patching mortar. 6. Consolidate mortar into place and strike off so as to leave patch slightly higher than surrounding surface. a. Fill tie holes and areas where honeycombed or defective concrete have been removed. 7. Leave undisturbed for at least 60 minutes before finishing level with surrounding surface. a. Do not use metal tools in finishing a patch in a formed wall which will be exposed or coated with other materials. 8. Keep areas damp for 7 days or in accordance with bonding agent manufacturer's directions. 3.02 INSTALLATION AND APPLICATION A. Do not repair surface defects or apply wall finishes when temperature is or is expected to be below 50 DegF. 1. If necessary, enclose and heat area to between 50 and 70 DegF during repair of surface defects and curing of patching material. B. Concrete Finishes for Vertical Wall Surfaces: 1. General: Give concrete surfaces finish as specified below after removal of formwork and repair of surface defects. 2. Finish #1 - As cast rough form finish: a. Selected forming materials are not required. b. Prepare surface as specified in Article 3.01. c. Chip off or rub off fins exceeding 1/4 IN in height. d. Use at unexposed surfaces, such as foundations and backfilled surfaces of walls not to be waterproofed. 3. Finish #2 As cast smooth form finish: a. Form facing material shall produce a smooth, hard, uniform texture. Use forms specified for surfaces exposed to view in accordance with Section 03108 - Formwork. b. Prepare surface as specified in Article 3.01. c. Brush off abrasive blast concrete surfaces which are to be waterproofed, to produce a sound surface and expose defects and air voids which are covered by a light concrete film. d. Provide finish for: 1) Inside walls of basins, tanks, and manholes and operating floors. 2) Walls being waterproofed. 3) Use at all exposed surfaces not specified to receive another finish. 4. Finish #3 - Smooth rubbed finish: a. Use Finish #2 - As cast smooth form finish as above. b. Begin finish 1 day after form removal. c. Wet surface and rub with carborundum brick or other 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 03348-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 abrasive until uniform color and .texture is achieved. 01 d. No cement grout shall be used other than the cement 02 paste drawn from concrete wall itself by the rubbing 03 procedure. 04 e. Provide this finish on all exposed to view exterior 05 surfaces unless noted otherwise. 06 f. Construct mock-up per Article 1.03. 07 08 C. Related Unformed Surfaces (Except Slabs): 09 1. Strike smooth tops of walls or buttresses, horizontal 10 offsets, and similar unformed.surfaces occurring adjacent 11 to formed surfaces after concrete is placed.. 12 2. Float surface to a texture consistent with that of formed 13 surfaces. 14 3. Continue treatment uniformly across unformed surfaces. 15 16 0. Concrete Finishes for Horizontal Slab Surfaces: 17 1. General: Tamp concrete to force coarse aggregate down 18 from surface. Screed with straightedge, eliminate high 19 and low places, bring surface to required finish 20 elevations; slope uniformly to drains. Dusting of 21 surface with dry cement or sand during finishing 22 processes not permitted. 23 2. Unspecified slab finish: when type of finish is not 24 indicated, use following finishes as applicable: 25 a. Surfaces intended to receive bonded applied 26 cementitious applications: Scratched finish. 27 b. Surfaces intended to receive roofing (except future 28 floors), waterproofing membranes. 29 c. Floors: Troweled finish. 30 d. Sidewalks, garage floors and ramps: Broom or belt 31 finish. 32 e. Exterior slabs, platforms,steps, and landings, 33 exterior and interior pedestrian ramps, not covered 34 by other finish materials: Broom or belt finish. 35 f. All slabs to receive a floated finish before final 36 finishing. 37 3. Floated finish: 38 a. After concrete has been placed, consolidated, struck 39 off, and leveled, do no further work until ready for 40 floating. 41 b. Begin floating when water sheen has disappeared and 42 surface has stiffened sufficiently to permit 43 operations. Use wood or cork float. 44 c. During or after first floating, check planeness of 45 entire surface with a 10 FT straightedge applied at 46 not less than two different angles. 47 d. Cut down all high spots and fill all low spots to 48 produce a surface with Class B tolerance throughout. 49 e. Refloat slab immediately to a uniform sandy texture. 50 4. Troweled finish: 51 a. Float finish surface'to true, even plane. 52 b. Power trowel, and finally hand trowel. 53 City of Lubbock, Municipal Water Treatment Contract 3 r i 03348-6 01 02 03 r 04 05 06 07 l 08 09 r 10 l 11 12 13 14 15 16 17 L. 18 19 r 20 21 22 23 r 24 25 26 r 27 l 28 29 �•. 30 31 32 r 33 34 35 36 'M 37 38 39 ,.. 40 41 42 43 44 ` 45 46 r^ 47 48 49 50 51 52 53 c. First troweling after power troweling shall produce a smooth surface which is 'relatively free of defects, but which may still show some trowel marks. d. Perform additional trowelings by hand after surface has hardened sufficiently. e. Final trowel when a ringing sound is produced as trowel is moved over surface. f. Thoroughly consolidate surface by hand troweling. g. Leave finished surface essentially free of trowel marks, uniform in texture and appearance and plane to a Class A tolerance. h. On surfaces intended to support floor coverings, remove any defects that would show through floor covering by grinding. 5. Broom or belt finish: Immediately after concrete has received a float finish as specified, give it a transverse scored texture by drawing a broom or burlap belt across surface. 6. Underside of concrete slab finish: As cast smooth form finish as specified for vertical surfaces. 3.03 REPAIR OF REJECTED HORIZONTAL FINISHES A. Unacceptable horizontal finishes shall be replaced or corrected provided strength and appearance are not adversely affected. High spots may be removed by grinding and/or low spots filled with specified bonding and repair materials or any other remedial measures performed or permitted. 3.04 FIELD QUALITY CONTROL A. Horizontal slab finishes will be accepted provided: 1. Applicable specification requirements are satisfied. 2. water does not pond in areas sloped to drain. 3. Gap between a 10 FT straightedge placed anywhere on the finished surface do not exceed: a. Class A tolerance: 1/8 IN. b. Class B tolerance: 1/4 IN. 4. Accumulated deviation from intended true plane of finished surface does not exceed 1/2 IN. 5. Accuracy of floor finish does not adversely affect installation and operation of movable equipment, floor supported items, or items fitted to floor (doors, tracks, etc.). B. Do not repair surface defects or apply slab finishes when temperature is or is expected to be below 50 DegF. 1. If necessary, enclose and heat area to between 50 and 70 DegF during repair of surface defects and curing of patching material. C. Unacceptable finishes shall be replaced or, if approved by Engineer, may be corrected provided strength and appearance 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water, Treatment - Contract 3 03348-7 O1 are not adversely affected. High spots to be removed by 01 02 grinding and/or low spots filled with a specified bonding 02 03 and repair material or other remedial measures to match 03 04 adjacent surfaces. 04 05 05 06 END OF SECTION 06 City of Lubbock, Municipal Water Treatment- Contract 3 03350-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92A30 SECTION 03350 01 02 TESTING 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Materials and concrete testing as required to establish 11 concrete mix design. 12 2. Testing of concrete during construction for compliance 13 with Contract Documents. 14 3. In -place testing of concrete, if required. 15 16 B. Related Sections include but are not necessarily limited to: 17 1. Division 0 - Bidding Requirements, Contract Forms, and 18 Conditions of the Contract. 19 2. Division 1 - General Requirements. 20 3. Section 03208 - Reinforcement. 21 4. Section 03308 — Concrete, Materials and Proportioning. 22 5. Section 03311 - Concrete Mixing, Placing, Jointing, and 23 Curing. 24 25 1.02 RESPONSIBILITY AND PAYMENT 26 27 A. Owner and Contractor each provide and pay for certain testing 28 services: 29 1. Owner: Retain the services of a Testing Agency to 30 perform testing services for the following: 31 a. Testing of concrete and other cement -containing 32 products produced by or for the Contractor for 33 incorporation into the work during the construction 34 of the Project for compliance with the Contract 35 Documents. 36 2. Contractor: Retain the services of a Testing Agency to 37 perform testing services for the following: 38 a. Testing of materials and mixes proposed by the 39 Contractor for compliance with the Contract Documents 40 and retesting in the event of changes. 41 b. Additional testing or retesting of materials or 42 concrete or other cement -containing products 43 occasioned by their failure, by test or inspection, 44 to meet requirements of the Contract Documents. 45 c. Strength testing on any concrete to which water has 46 been added at the jobsite. 47 d. In -place testing of concrete as may be required by 48 Engineer when strength of structure is considered 49 potentially deficient. 50 e. Other testing services needed or required by 51 Contractor such as: 52 1) Field curing of test specimens and testing of 53 r- City of Lubbock, Municipal Water Treatment - Contract 3 03350-2 01 specimens for determining when forms, form 02 shoring, or reshoring may be removed. 03 04 1.03 QUALITY ASSURANCE 05 06 A. Referenced Standards: 07 1. American Association of State Highway and Transportation 08 Officials (AASHTO): 09 a. T260, Standard Method of Sampling and Testing for 10 Total Chloride Ion in Concrete and Concrete Raw 11 Materials. 12 2. American Concrete Institute (ACI): 13 a. 318, Building Code Requirements for Reinforced 14 Concrete. 15 3. American Society for Testing and Materials (ASTM): 16 a. C31, Standard Method of Making and Curing Concrete 17 Test Specimens in the Field. 18 b. C39, Standard Method of Test for Compressive Strength 19 of Cylindrical Concrete Specimens. 20 c. C42, Standard Method of Obtaining and Testing Drilled 21 Cores and Sawed Beams of Concrete. 22 d. C138, Standard Method of Test for Unit Weight, Yield, 23 and Air Content (Gravimetric) of Concrete. 24 e. C143, Standard Method of Test for Slump of Portland 25 Cement. 26 f. C172, Standard Method of Sampling Fresh Concrete. 27 g. C173, Standard Method of Test for Air Content of 28 Freshly Mixed Concrete by the Volumetric Method. 29 h. C231, Standard Method of Test for Air Content of 30 Freshly Mixed Concrete by the Pressure Method. 31 i. C567, Standard Method of Test for Unit Weight of 32 Structural Lightweight Concrete. 33 34 B. Qualifications: 35 1. Testing Agency: 36 a. Meeting requirements of ASTM E329. 37 b. Provide evidence of recent inspection by Cement and 38 Concrete Reference Laboratory of National Bureau of 39 Standards, and correction of deficiencies noted. 40 41 1.04 DEFINITIONS 42 43 A. Testing Agency: An independent professional testing firm or 44 service hired by Contractor or by Owner to perform testing 45 and analysis services on materials, mixes, structures, and 46 other items as directed, and as provided in the Contract 47 Documents. 48 49 1.05 SUBMITTALS 50 51. A. Shop Drawings: 52 1. See Section 01340. 53 2. Product technical data including: 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 03350-3 r r- I O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 a. Concrete materials and concrete mix designs proposed for use. Include results of all testing performed to qualify materials and to establish mix designs. Place no concrete until approval of mix designs has been received in writing. Submittal for each concrete mix 'design to include: 1) Sieve analysis and source of fine and coarse aggregates. 2) Test for aggregate organic impurities. 3) Proportioning of all materials. 4) Type of cement with mill certificate for the cement. 5) Brand, quantity and class of fly ash proposed for use along with other submittal data as required for fly ash by Section 03308. 6) Slump. 7) Brand, type and quantity of air entrainment and any other proposed admixtures. 8) Total chloride ion content per cubic yard of concrete determined in accordance with AASHTO T260. 9) 28-day compression test results and any other data required by Section 03308 to establish concrete mix design. 3. Certifications: a. Testing Agency qualifications. 4. Test results: a. Strength test results on concrete placed during construction including slump, air content, and concrete temperature. b. Strength test results on concrete core samples of in -place construction if required. c. Results of load testing in -place concrete construction when load testing is required. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.01 TESTING SERVICES TO BE PERFORMED BY TESTING AGENCY A. Review and test Contractor's proposed materials for compliance with the Contract Documents. B. Review and test Contractor's proposed concrete mix design(s). C. Conduct tests on concrete and other cement -containing products produced by or for Contractor for incorporation into the work during the construction of the Project for compliance with the Contract Documents. 1. Strength tests using the following procedures: O1 02 03 04 05 O6 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 03350-4 01 a. Secure concrete samples in accordance with ASTM C172. 02 Obtain each sample from a different batch of concrete 03 on a random basis, avoiding selection of test batch 04 other than by a number selected at random before 05 commencement of concrete placement. 06 b. For each strength test mold and cure three cylinders 07 from each sample in accordance with ASTM C31. Record 08 any deviations from requirements on test report. 09 c. Test cylinders in accordance with ASTM C39. Test two 10 cylinders at 28 days for strength test result and one 11 at .7 days for information. 12 1) Strength test result: Average of strengths of 13 two cylinders from the same, sample tested at 28 14 days. If one cylinder in a test manifests 15 evidence of improper sampling, molding, handling, 16 curing, or testing, discard; strength of 17 remaining cylinder shall be considered strength 18 test result. Should both cylinders in a test 19 show any of above defects, discard entire test. 20 d. Concrete sand cement grout; one strength test 21 consisting of 6 IN DIA x 12 IN high cylinders for 22 each 4 HR period of grout placement or fraction 23 thereof. 24 e. All other concrete; one strength test consisting of 6 25 IN DIA x 12 IN high cylinders to be taken not less 26 than once a day, nor less than once for each 60 CY or 27 fraction thereof placed in any 1 day. 28 1) If total volume of concrete on project is such 29 that frequency of testing required in above 30 paragraph will provide less than five strength 31 tests, tests shall then be made from at least 32 five randomly selected batches or from each batch 33 if fewer than five batches are provided. 34 35 D. Determine slump of concrete sample for each strength test. 36 Determine slump in accordance with ASTM C143. 37 1. If consistency of concrete appears to vary, the Engineer 38 shall be able to require a slump test for each concrete 39 truck. This practice shall continue until the Engineer 40 deems it no longer necessary. 41 42 E. Determine air content of concrete sample for each strength 43 test in accordance with either ASTM C231, C173, or C138. 44 45 F. Determine temperature of concrete sample for each strength 46 test. 47 48 3.02 OTHER 'TESTING SERVICES TO BE PERFORMED BY TESTING AGENCY 49 AS NEEDED 50 51 A. Following services to be performed by Testing Agency when 52. necessary at no additional cost to Owner: 53 1. Additional testing and inspection required because of 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 03350-5 changes in materials or proportions requested by 01 Contractor. 02 2. Additional testing of materials or concrete occasioned by 03 their failure, by test or inspection, to meet 04 Specification requirements. 05 3. Perform strength test on any concrete to which water has 06 been added at the jobsite. 07 4. Other testing services needed or required by Contractor, 08 such as; field cured test specimens for determining when 09 forms, form shoring or reshoring may be removed. 10 a. An extra strength test is required for concrete 11 subject to either live load or shore removal prior to 12 28 days after placing concrete. 13 14 3.03 DUTIES AND AUTHORITIES OF TESTING AGENCY 15 16 A. Testing Agency to inspect, sample and test materials and 17 production of concrete as required by these Contract 18 Documents and by Engineer. When it appears that any material 19 furnished or work performed by Contractor fails to fulfill 20 requirements of the Contract Documents, Testing Agency to 21 report such deficiency to Engineer and Contractor. 22 23 B. Testing Agency to report all test and inspection results to 24 Engineer and Contractor immediately after they are performed. 25 All test reports to include exact location in the work at 26 which batch represented by a test was deposited. Reports of 27 strength tests to include detailed information on storage and 28 curing of specimens prior to testing. 29 30 C. Limited Authority of Testing Agency: Any testing Agency or 31 agencies and their representatives retained by Contractor or 32 Owner for any reason are not authorized to revoke, alter, 33 relax, enlarge, or release any requirement of Contract 34 Documents, nor to reject, approve or accept any portion of 35 the Work. 36 37 3.04 RESPONSIBILITIES AND DUTIES OF CONTRACTOR 38 39 A. Provide necessary testing services for qualification of 40 proposed materials and establishment of concrete mix 41 design(s). 42 43 B. Use of Testing Agency and approval by Engineer of proposed 44 concrete mix design shall in no way relieve Contractor of 45 responsibility to furnish materials and construction in full 46 compliance with Contract Documents. 47 48 C. To facilitate testing and inspection, perform the following: 49 1. Furnish any necessary labor to assist Testing Agency in 50 obtaining and handling samples at site or other sources 51 of materials. 52 2. Provide and maintain for sole use of Testing Agency 53 City of Lubbock, Municipal Water Treatment - Contract 3 03350-6 01 adequate facilities for safe storage and proper curing of 01 02 concrete test specimens on site for first 24 HRS as 02 03 required by ASTM C31. 03 04 04 05 D. Notify Engineer and Owner's Testing Agency sufficiently in 05 06 advance of operations (minimum of 24 HRS) to allow for 06 07 completion of quality tests and for assignment of personnel. 07 08 08 09 3.05 EVALUATION OF CONCRETE TEST RESULTS 09 10 10 11 A. Test results for standard molded and cured test cylinders to 11 12 be evaluated separately for each concrete mix design. Such 12 13 evaluation shall be valid only if tests have been conducted 13 14 in accordance with specified quality standards. For 14 15 evaluation of potential strength and uniformity, each mix 15 16 design shall be represented by at least three strength tests. 16 17 A strength test shall be the average of two cylinders from 17 18 the same sample tested at 28 days. 18 19 19 20 B. Acceptance of Concrete: 20 21 1. Strength level of each specified concrete compressive 21 22 strength shall be considered satisfactory if both of the 22 23 following requirements are met: 23 24 a. Average of all sets of three consecutive strength 24 25 tests equal or exceed the required specified 28-day 25 26 compressive strength. 26 27 b. No individual strength test falls below the required 27 28 specified 28-day compressive strength by more than 28 29 500 psi. 29, 30 30 31 3.06 TESTING OF CONCRETE -IN -PLACE 31 32 32 33 A. In -place testing of concrete may be required by Engineer when 33 34 strength of structure is considered potentially deficient as 34 35 specified in paragraph 3.07 D. 35 36 36 37 B. Testing by impact hammer, sonoscope, or other nondestructive 37 38 device may be permitted by Engineer to determine relative 38 39 strengths at various locations in structure or for selecting 39 40 areas to be cored. Such tests shall not be used as a basis 40 41 for acceptance or rejection. 41 42 42 43 C. Core Tests: 43 44 1. Where required, obtain and test cores in accordance with 44 45 ASTM C42. If concrete in structure will be dry under 45 46 service conditions, air dry cores (temperature 60 to 80 46 47 DegF, relative humidity less than 60 percent) for 7 days 47 48 before test and test dry. If concrete in structure will 48 49 be wet or subjected to high moisture atmosphere under 49 50 service conditions, test cores after immersion in water 50 51 for at least 40 HRS and test wet. Testing wet or dry to 51 52 be determined by Engineer. 52 53 2. Take three representative cores from each member or area 53 City of Lubbock, Municipal Water Treatment - Contract 3 r01 of concrete in place that is considered potentially 02 deficient. Location of cores shall be determined by Engineer so at least to impair strength of structure. 703 04 If, before testing, one or more of cores shows evidence 05 of having been damaged subsequent to or during removal 06 from structure, damaged core shall be replaced. 07 3. Concrete in area represented by a core test will be 08 considered adequate if average strength of three cores is 09 equal to at least 85 percent of specified strength and no 10 single core is less than 75 percent of specified 11 strength. E 12 4. Fill core holes with nonshrink grout. 13 14 3.07 ACCEPTANCE OF STRUCTURE 15 16 A. Completed concrete work which meets applicable requirements r 17 will be accepted without qualification. 18 1. Completed concrete work which fails to meet one or more 19 requirements but which has been repaired to bring it into 20 compliance will be accepted without qualification. 21 2. Completed concrete work which fails to meet one or more 22 requirements and which cannot be brought into compliance 23 may be accepted or rejected as provided in these Contract 24 Documents. In this event, modifications may be required 25 to assure that concrete work complies with requirements. 26 Modifications, as directed by Engineer, to be made at no *� 27 additional cost to Owner. 28 29 B. Dimensional Tolerances: *, 30 1. Formed surfaces resulting in concrete outlines smaller 31 than permitted by tolerances shall be considered 32 potentially deficient in strength and subject to 33 modifications required by Engineer. 34 2. Formed surfaces resulting in concrete outlines larger 35 than permitted by tolerances may be rejected and excess 36 material subject to removal. If removal of excess 37 material is permitted, accomplish in such a manner as to 38 maintain strength of section and to meet all other 39 applicable requirements of function and appearance. r, 40 3. Concrete members cast in wrong location may be rejected 41 if strength, appearance or function of structure is ' 42 adversely affected or misplaced items interfere with 43 other construction. 44 4. Inaccurately formed concrete surfaces exceeding limits of 45 tolerances and which are exposed to view, may be 46 rejected. Repair or remove and replace if required. .- 47 5. Finished slabs exceeding tolerances may be required to be 48 repaired provided that strength or appearance is not 49 adversely affected. High spots may be removed with a r. 50 grinder, low spots filled with a patching compound, or 51 other remedial measures performed as permitted or 52 required. 53 r City of Lubbock, Municipal Water Treatment — Contract 3 03350-7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 03350-8 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 C. Appearance: I. Concrete surfaces exposed to view with defects which, in opinion of Engineer, adversely affect appearance as required by specified finish shall be repaired by approved methods. 2. Concrete not exposed to view is not subject to rejection for defective appearance unless, in the opinion of the Engineer, the defects impair the strength or function of the member. D. Strength of Structure: 1. Strength of structure in place will be considered potentially deficient if it fails to comply with any requirements which control strength of structure, including but not necessarily limited to following: a. Low concrete strength as specified in Article 3.05. b. Reinforcing steel size, configuration, quantity, strength, position, or arrangement at variance with requirements in Specification Section 03208 - Reinforcement, or requirements of the Contract Drawings or approved shop drawings. c. Concrete which differs from required dimensions or location in such a manner as to reduce strength. d. Curing time and procedure not meeting requirements these Specifications. e. Inadequate protection of concrete from extremes of temperature during early stages of hardening and strength development. f. Mechanical injury, construction fires, accidents or premature removal of formwork likely to result in deficient strength. g. Concrete defects such as voids, honeycomb, cold joints, spalling, cracking, etc., likely to result deficient strength. 2. Structural analysis and/or additional testing may be required when strength of structure is considered ,potentially deficient. 3. Core tests may be required when strength of concrete in place is considered potentially deficient. 4. If core tests are inconclusive or impractical to obtain or if structural analysis does not confirm safety of structure, load tests may be required and their results evaluated in accordance with Chapter 20 of ACI 318. 5. Correct or replace concrete work judged inadequate by structuralanalysisor by results of core tests or load tests with additional construction, as directed by Engineer, at Contractor's expense. 6. Contractor to pay all costs incurred in providing additional testing and/or structural analysis required. END OF SECTION of in 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 City of Lubbock, Municipal Water Treatment - Contract 3 eft 03360-1 01 92E04 SECTION 03360 01 02 02 03 CONCRETE RESTORATION 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 SUMMARY 07 08 08 09 A. Section Includes: 09 10 1. Concrete sP411 repair with anti -corrosion protection. 10 11 2. Expansion joint repair. 11 12 3. Concrete crack repair by pressure injection. 12 13 4. Concrete crack repair by notch and seal. 13 14 14 15 B. Related Sections include but are not necessarily limited 15 16 to: 16 17 1. Division 0 - Bidding Requirements, Contract Forms and 17 18 Conditions of the Contract. 18 19 2. Division 1 - General Requirements. ► 19 20 20 21 1.02 WORK INCLUDED 21 22 22 23 A. Furnish all materials, labor, tools, and equipment for the 23 24 repair of spalls, joints and cracks with varying depths as 24 25 designated by the Owner. 25 26 26 27 1.03 QUALITY ASSURANCE 27 28 28 29 A. Manufacturing qualifications: The manufacturer of the 29 30 specified product shall have in existence, for a minimum 30 31 of 10 years, a program of training, certifying, and 31 32 technically supporting a nationally organized Approved 32 33 Contractor Program with annual re -certification of its 33 34 participants. 34 35 35 36 B. Contractor qualifications: Contractors shall be an 36 37 Approved Contractor of the manufacturer of the specified 37 38 product, who has completed a program of instruction in the use 38 39 of the specified repair material, and provide a notarized 39 40 certification from the manufacturer attesting to their 40 41 Approved Contractor status. 41 42 1. At the discretion of the Engineer, bids shall be 42 43 accepted from a contractor other than an Approved 43 44 Contractor of the manufacturer of the specified 44 45 product. Said contractors shall provide the Engineer 45 46 with five job references where they have successfully 46 47 repaired deteriorated concrete with the specified 47 48 products. 48 49 49 50 C. Guarantee: The Approved Contractor of the manufacturer of 50 51 the specified product and manufacturer shall provide the 51 52 Owner with a joint and several guarantee on the 52 53 application and product covered in this specification. 53 City of Lubbock, Municipal Water Treatment - Contract 3 03360-2 01 1. The manufacturer of the specified product shall be 02 under no obligation to provide a guarantee on the 03 specified product in this specification should the 04 Engineer opt for a contractor other than an Approved 05 Contractor of the manufacturer of the specified 06 product. 07 08 D. Provide a notarized certificate stating that the repair 09 material meets the specified requirements and have the 10 manufacturer's current printed literature on the specified 11 product. 12 13 1.04 DELIVERY, STORAGE, AND HANDLING 14 15 A. Deliver the specified product in original, unopened 16 containers with the manufacturer's name, labels, product 17 identification, and batch numbers. 18 19 B. Store and condition the specified product as recommended 20 by the manufacturer. 21 22 1.05 JOB CONDITIONS 23 24 A. Environmental Conditions: Do not apply material if it is 25 raining or snowing or if they appear to be imminent. 26 27 B. Protection: Precautions should be taken to avoid damage 28 to any surface near the work zone due to mixing and handling 29 of the specified repair material. 30 31 32 PART 2 - PRODUCTS 33 34 2.01 ACCEPTABLE MANUFACTURERS 35 36 A. Subject to compliance with the Contract Documents, the 37 following Manufacturers are acceptable: 38 1. Sika Chemical Co.' 39 2. Master Builders Inca 40 3. Euclid Chemical Co. 41 42 B. Submit requests for substitution in accordance with 43 Specification Section 01640. 44 45 2.02 MATERIALS 46 47 A. Products specified are manufactured by Sika Chemical Corp. 48 The use of equivalent products to those specified will be 49 considered. 50 51 B. Furnish materials through one manufacturer when possible. 52 53 C. Restoration Systems: 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17. 18 19 20 21 22 23 24 25 26 27 28 29 30 31. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment — Contract 3 03360-3 r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 1. System #1 Hand applied spall repair: a. Surface preparation - PREP-01. b. Bonding Bridge and anti -corrosion coating: Sika Armatec 110. c. Repair Mortar: Horizontal surfaces, SikaTop 122 and vertical surfaces, SikaTop 123. 2. System #2 - Expansion Joint repair (with or without running water): a. Surface preparation - PREP-02. b. Waterstop: SikaFix HH. c. Primer: Sikaflex Primer 429. d. Joint Filler: Sikaflex-2c NS/SL. 3. System #3 - Crack repair, pressure injection: a. Surface preparation - PREP-03. b. Crack cap seal: Sikadur 31, Hi -Mod Gel. c. Crack filler: Sikadur 52. 4. System #4 - Crack repair, notch and seal: a. Surface preparation - PREP-04. b. Crack filler: Sikaflex-2c NS/SL. 5. System #5 - Polymer Nosing System: Silspec 900 Polymer Nosing System: a. Surface preparation - PREP-05. b. Prime coat: Silspec 900 PNS epoxy. c. Nosing material: Silspec 900 PNS mortar. d. Nosing primer: Dow Corning 1205. e. Backer rod. f. Caulk: Dow Corning 902. PART 3 - EXECUTION 3.01 PREPARATION A. General: I. Prepare surfaces to receive concrete repair materials in accordance with product manufacturer's instructions and this Section. 2. Remove all dust, grease, oil, compounds, dirt and other foreign matter which would prevent bonding of repair materials to existing concrete surfaces. B. Surface Preparation Systems: 1. PREP-01: a. The surface must be mechanically prepared. Areas to be repaired must be clean, sound and free of contaminants. All loose and deteriorated concrete shall be removed by mechanical means approved by the Engineer. Saw cut perimeter 1/2" maximum. Chip concrete substrate to obtain a surface profile of -1/16% -1/8" in depth with a new fractured aggregate surface. Be sure the area to be repaired is not less than 1/8" to a 1/2". Where reinforcing steel with active corrosion is O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 03360-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 encountered, the following procedures will be 01 used: sandblast reinforcing steel to remove all 02 contaminants and rust: Determine section loss, 03 splice where more than 15%-25% loss as directed by 04 the Engineer. If half of the diameter of the 05 rebar is exposed, chip out behind the reinforcing 06 steel, 1/2" minimum for mortar only. The distance 07 chipped behind the rebar will be equal to or 08 exceed the minimum placement depth of the approved 09 material. 10 b. Cracks in the substrate in the area of the 11 patching or overlay work must be treated as directly 12 by the Engineer. 13 c. Extend all existing control and expansion joints 14 through any patch or overlay. Install new joints as 15 directed by the Engineer. Fill all joints as directed 16 by the Engineer. 17 2. PREP-02: 18 a. The joint and adjacent substrate must be clean, 19 sound, dry and free of frost. Remove all traces of 20 the old sealant, dust, grease, curing compounds, 21 waxes, impregnations, foreign particles, efflorescence 22 and other bond inhibiting materials from the surface 23 by mechanical means, i.e. - sandblasting, etc., as 24 approved by the Engineer. Blow joint free of dust 25 using compressed air line equipped with an oil trap. 26 1) Polyurethane sealant - Install backer rod 27 (closed cell) to prevent 3-sided adhesion, control 28 sealant depth and provide a tooling base. For 29 shallow joints bondbreaker tape can be used 30 instead of backer rod. 31 2) Expanding polyurethane chemical grout — Begin 32 by drilling 5/8" diameter holes along the side 33 of the joint at 45 degree angles. Drill the hole 34 to intersect the joint midway through the 35 substrate. Install the injection packers in 36 holes. Prior to product application moisture 37 must be present. If concrete being injected 38 contains insufficient moisture to activate the 39 grout, inject the joint with a small amount of 40 water prior to the application of the chemical 41 grout. If the joint to be injected is a 1/2" 42 or greater at the surface, pack an open cell 43 polyurethane foam saturated with the mixed 44 polyurethane chemical grout into the joint. 45 Spray the saturated foam with a small amount 46 of water to activate the grout and create a 47 surface seal. 48 3. PREP-03: 49 a. The cracks and adjacent substrate must be clean, 50 sound and free of frost. Remove dust, laitance, 51 grease, curing compounds,' waxes, impregnations, 52 foreign particles, efflorescence and other bond 53 City.of Lubbock, Municipal Water Treatment - Contract 3 i 03360-5 01 inhibiting materials from the surface by 02 mechanical means, i.e. - sandblasting, high 03 pressure water blasting, etc., as approved by the 04 Engineer. 05 1) Epoxy resin adhesive - repair area may be dry 06 or damp, but free of standing water prior to 07 product application. 08 2) Polymer -modified portland cement mortar or 09 non -shrink cementitious grout - be sure the 10 repair area is not less than 1/2" in width. 11 Prior to product application, surface should 12 be brought to a saturated surface dry (SSD) 13 condition. 14 b. Expanding polyurethane chemical grout - begin by 15 drilling 5/8" diameter holes along the side of the 16 crack at 45 degree angles. Drill the hole to 17 intersect the crack midway through the substrate. 18 Install the injection packers in holes. Prior to 19 product application moisture must be present. If 20 concrete being injected contains insufficient moisture 21 to activate the grout, inject the crack with a small 22 amount of water prior to the application of the 23 chemical grout. 24 4. PREP-04: 25 a. The cracks and adjacent substrate must be clean, 26 sound and free of frost. Remove dust, laitance, 27 grease, curing compounds, waxes, impregnations, 28 foreign particles, efflorescence and other bond 29 inhibiting materials from the surface by 30 mechanical means, i.e. - sandblasting, high 31 pressure water -blasting, etc., as approved by the 32 Engineer. 33 1) Polyurethane sealant - with a mechanical 34 router or hand chipping tool create a notch 35 with a minimum depth of a 1/4". Remove all 36 loose debris. Substrate must be dry prior to 37 product application. 38 2) Epoxy resin adhesive - with a mechanical 39 router or hand chipping tool create a notch 40 with a minimum depth of a 1/8". Remove all 41 loose debris. Substrate may be dry or damp 42 prior to product application. 43 3) Polymer -modified portland cement mortar - with 44 a mechanical router or hand chipping tool 45 create a notch with a roughened surface 46 profile. Be sure area to be repaired is not 47 less than 1/8" to 1/2" in depth. Substrate 48 must be saturated surface dry (SSD) with no 49 standing water prior to product application. 50 5. PREP-05: 51 a. Remove existing expansion joint material from roof 52 joints. Saw cut each side of joint. Chip away 53 existing concrete to a depth of 2 IN. Abrasive blast City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 03360-6 01 clean any remaining grease, oil, compounds and 'foreign 02 matter which would prevent bonding of repair 03 materials. Prior to placement of nosing primer, 04 abrasive blast nosing material surface. 05 06 3.02 COMPENSATION 07 08 A. Method of Measurement: 09 1. The repair of structural and non-structural cracks 10 shall be measured by the cubic/square/linear foot in 11 place and the quantity to be paid for shall be the 12 cubic/square/lineal feet actually placed. 13 2. The sealing of joints with the specified joint filler 14 shall be measured by the lineal/square foot sealed in 15 place and the quantity to be paid for shall be the 16 lineal/square feet sealed actually placed. 17 3. The repair of spalled surfaces shall be measured by 18 the cubic/square/lineal foot in place and the quantity 19 to be paid for shall be the cubic/square/lineal feet 20 actually placed. 21 22 B. Basis of Payment: The repair will be paid for at the 23 contract unit bid price per cubic/square/lineal foot as 24 stipulated in the schedule of Bid Prices, which payment 25 shall be full compensation for furnishing and installing 26 all materials, labor, tool, equipment, and other 27 incidentals necessary to complete the specified operation. 28 Payment will be made on the percentage of the work 29 completed during each estimate period as determined by the 30 Owner. 31 32 END OF SECTION O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 City of Lubbock, Municipal Water Treatment - Contract 3 roll 03450-1 01 92A30 SECTION 03450 01 02 02 03 ARCHITECTURAL PRECAST CONCRETE 03 04 04 05 05 06 PART 1 GENERAL 06 r� 07 07 ` 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Architectural precast concrete. 11 l 12 12 13 B. Related Sections include but are not necessarily limited to: 13 r' 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 15 Conditions of the Contract. 15 16 2. Division 1 - General Requirements. 16 .• 17 3. Section 03108 - Formwork. 17 18 4. Section 03208 - Reinforcement. 18 19 5.. Section 03308 - Concrete, Materials and Proportioning. 19 20 6. Section 05120 - Structural Steel. .20 21 7. Section 07600 - Flashing and Sheet Metal. 21 L 22 8. Section 07900 - Joint Sealants. 22 23 23 �^ 24 1.02 QUALITY ASSURANCE 24 w , 25 25 26 A. Referenced Standards: 26 27 1. American Concrete Institute (ACI): 27 28 a. 318, Building Code Requirements for Reinforced 28 29 Concrete. 29 30 2. American Society for Testing and Materials (ASTM): 30 31 a. A108, Steel Bars, Carbon, Cold -Finished, Standard 31 32 Quality. 32 33 b. A123, Zinc (Hot -Dip Galvanized) Coatings on Iron and 33 34 Steel Products. 34 35 c. A185, Standard Specification for Steel Welded Wire, 35 36 Fabric, Plain for Concrete Reinforcement. 36 37 d. A615, Standard Specification for Deformed and Plain 37 38 Billet -Steel Bars for Concrete Reinforcement. 38 39 e. C33, Concrete Aggregates Specification. 39 40 f. C39, Test Method for Compressive Strength of 40 41 Cylindrical Concrete Specimens. 41 42 g. C97, Test Methods for Absorption and Bulk Specific 42 43 Gravity of Natural Building Stone. 43 r 44 h. C150, Standard Specification for Portland Cement. 44 45 1. C173, Test Method for Air Content of Freshly Mixed 45 46 Concrete by the Volumetric Method. 46 �., 47 J. C231, Test Method for Air Content of Freshly Mixed 47 al 48 Concrete by the Pressure Method. 48 49 k. C260, Specification for Air -Entraining Admixtures for 49 50 Concrete. 50 r 51 3. American Welding Society (AWS): 51 52 a. A5.1, Specification for Covered Carbon Steel Arc 52 53 Welding Electrodes. 53 r i t' City of Lubbock, Municipal Water Treatment - Contract 3 03450-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 b. 01.1, Structural Welding Code Steel. 01 c. 01.4, Structural Welding Code Reinforcing Steel. 02 4. Precast Concrete Institute (PCI): 03 a. Manual for Quality Control for Plants and Production 04 of Architectural Precast Concrete Products. 05 b. PCI Design Handbook. 06 07 1.03 SUBMITTALS 08 09 A. Shop Drawings: 10 1. See Section 01340. 11 2. Fabrication and/or layout drawings: 12 a. Profiles, joints, arrangement of units, details of 13 special designs or shapes, location and size of 14 reinforcing and embedded items. 15 3. Product technical data including: 16 a. Acknowledgement that products submitted meet 17 requirements of standards referenced. 18 b. Manufacturer's installation instructions. 19 c. Structural calculations for prefabricated panels 20 showing that embedded connections can support all 21 loading. 22 23 24 PART 2 PRODUCTS 25 26 2.01 MATERIALS 27 28 A. Cement: ASTM C150, Portland Type I, white, Atlas white, 29 Medusa white or Trinity white. Color of pre -cast units shall 30 match pre -cast units on exterior wall of existing lab 31 building at the site. 32 33 B. Finish Aggregates: White Silica Sand. 34 35 C. Admixtures: ASTM C494. 36 37 D. Water: Clean, fresh, free from oil, acid, organic matter or 38 other deleterious substances; potable. 39 40 E. Sealants: As specified in Section 07900. 41 42 F. Mortar: As specified in Section 04110. 43 44 2.02 ACCESSORIES 45 46 A. Provide all clip angles, bolts, washers, shims, nuts, and 47 other accessories necessary for attachment of units to 48 structure or other work. 49 50 2.03 FABRICATION 51 52 A. Fabricate into panel all connection items, anchors, angles, 53 City of Lubbock, Municipal Water Treatment - Contract 3 C 01 plates, and other items secured to or embedded in precast 02 necessary to support and anchor precast units. 03 04 B. Galvanize all metal anchors and inserts per ASTM A123. . 05 06 C. Finish: r' 07 1. Exposed surfaces of precast concrete: Uniform light 08 textured acid etched finish and uniform white color. 09 10 11 12 PART 3 EXECUTION 13 r., 14 3.01 PREPARATION 15 16 A. Correct defects or conditions which may interfere with or t' 17 prevent a satisfactory installation. 18 19 B. Erect units within the following tolerance limits: 20 1. Maximum equal to maximum specified for structural frame. 21 2. Clearances between precast and structural frame: 1-1/2 22 IN minimum. 23 3. Joints: 24 a. Face width: Plus or minus 3/16 IN. 25 b. Taper in any length: (1 in 500) to maximum 1/4 IN. 26 c. Step in face: 1/4 IN. +^ 27 d. Jog in alignment of edge: 1/4 IN. 28 29 3.03 FIELD QUALITY CONTROL 30 31 A. Repair all .damage to units after installation in accordance 32 with manufacturer's recommendations and to satisfaction of 33 Engineer. r" 34 f 35 END OF SECTION 03450-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 City of Lubbock, Municipal Water Treatment - Contract 3 7 (THIS PAGE LEFT BLANK INTENTIONALLY) r MASONRY 4 r (THIS PAGE LEFT BLANK INTENTIONALLY) 04110-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92Al2 PART 1 - GENERAL 1.01. SUMMARY SECTION 04110 CEMENT AND LIME MORTARS A. Section Includes: 1. Cement and lime mortars and general purpose grout and pointing grout for prefaced masonry units. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03308 - Concrete, Materials and Proportioning. 4. Section 04210 - Brick Masonry. 5. Section 04220 - Concrete Masonry. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars. b. C144, Standard Specification for Aggregate for Masonry Mortar. c. C150, Standard Specification for Portland Cement. d. C207, Standard Specification for Hydrated Lime for Masonry Purposes. e. C270, Standard Specification for Mortar for Unit Masonry. f. C404, Standard Specification for Aggregates for Masonry Grout. g. C476, Standard Specification for Grout for Masonry. h. C780, Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. B. Mock -Ups: 1. Provide mortar for mock-up panels specified in Sections 04210 and 04220. 1.03 DEFINITIONS A. Coarse grout and fine grout are defined by the aggregate size used in accordance with ASTM C476. B. Coarse aggregate and fine aggregate are defined in ASTM C404, Table 1. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 04110-2 01 1.04 SUBMITTALS 02 03 A. Shop Drawings: 04 1. See Section 01340. 05 2. Product technical data including: 06 a. Acknowledgement that products submitted meet 07 requirements of standards referenced. 08 b. Manufacturer's installation instructions. 09 c. Mortar mix design. 10 d. Qualifications of testing lab. 11 e. Mortar, grout and pointing grout test results. 12 13 PART 2 - PRODUCTS 14 15 2.01 MATERIALS 16 17 A. Portland Cement: 18 1. ASTM C150, Type I. 19 2. No air entrainment. 20 3. Natural color. 21 4. Maximum percent of alkalies: 22 ASTM C150, Table IA. 0.60 in accordance with 23 24 B. Hydrated Lime: ASTM C207, Type S. 25 26 C. Mortar Aggregate: ASTM C144, free of gypsum. 27 28 D. General Purpose Grout: ASTM C476. 29 30 E. Aggregate: ASTM C404. 31 32 F. Water: Potable. 33 34 2.02 MIXES 35 36 A. Type S mortar mix shall be used: 37 1. Wherever a fire -resistance classification or rating is 38 shown for unit masonry construction provide mortar of 39 type which has been tested and listed by UL for 40 construction indicated. 41 2. Comply with ASTM C270. 42 3. Do not use masonry cement. 43 4. Mix materials minimum of 3 minutes. 44 5. Adjust consistency to satisfaction of mason. 45 6. Use no anti -freeze additives. 46 47 B. General Purpose Grout Mixes: 48 1. Comply with ASTM C476, Table 1. 49 2. Use no anti -freeze additives. 50 3. Mix 5 minutes minimum. 51 4. Adjust consistency to satisfaction of mason. 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 ri 04110-3 7 r O1 5. Minimum 28-day compressive strength of 2500 psi. 02 6. At Contractor's option, manufactured grout may be used. 03 Refer to Section 03308. 04 05 2.03 SOURCE QUALITY CONTROL 06 07 A. Perform laboratory test on mortar and grout in accordance O8 with ASTM C109 using same mix design as proposed for Project. 09 10 11 PART 3 - EXECUTION 12 13 3.01 INSTALLATION 14 15 A. General: 16 1. Install products in accordance with manufacturer's 17 instructions. 18 2. Install grout in accordance with NCMA TEK 23A low lift 19 grouting requirements. 20 3. Use colored mortar and grout for brick masonry as 21 required to match mortar color at the existing 22 Laboratory Building. 23 24 B. Coarse Grout: 25 1. Use coarse grout in spaces with least dimension over 2 26 IN. 27 2. Install in all reinforced vertical cells and bond beams 28 of CMU. 29 3. Install in vertical cells adjacent to openings or at CMU 30 partition ends. 31 32 C. Fine Grout: 33 1. Grout all door frames in masonry. 34 35 3.02 FIELD QUALITY CONTROL 36 37 38 A. Perform preconstruction test on field mortar and grout before 39 start of masonry construction in accordance with ASTM C780. 40 1. Perform one C780 annex A-1, A-6 and A-7 test per week on 41 field mortar and grout during masonry construction. 42 2. Retest in accordance with C780 if any of the annex tests 43 fail. 44 45 B. If mortar begins to stiffen within 2-1/2 HRS, it may be 46 retempered by adding water and remixing. 47 48 C. Do not use mortar after it has begun to set. No mortar shall 49 be used beyond 2-1/2 HRS after initial mixing. 50 51 D. Use grout within 2 HRS after initial mixing. Use no grout 52 after it has begun to set. 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment Contract 3 04110-4 01 01 02 END OF SECTION 02 City of Lubbock, Municipal Water Treatment - Contract 3 04155-1 r l 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91L02 PART 1 - GENERAL 1.01 SUMMARY SECTION 04155 THROUGH WALL FLASHING A. Section Includes: 1. Through wall flashing and weep holes. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03450 - Architectural Precast Concrete. 4. Section 04210 - Brick Masonry. 5. Section 04220 - Concrete Masonry. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. D624, Standard Test Method for Rubber Property - Tear Resistance. B. Mock -Ups: 1. Provide specified products.for inclusion into mock-up panels required by Sections 04210 and 04220. C. Coordinate with built-in items and veneer coursing. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Tear resistance of flashing material. d. Manufacturer's recommendations for flashing adhesive. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Weeps for cavity wall construction: a. AA Wire Products Co. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 04155-2 01 b. Dur-O-Wal Inc 02 c. Heckman Building Products Inc. 03 d. Williams Products Inca 04 05 B. Submit requests for substitution in accordance with 06 Specification Section 01640. 07 08 2.02 MATERIALS 09 10 A. Flashing: 11 1. Minimum 30 mil EPDM. 12 2. Tear resistance: ASTM 0624, 175 LB/IN minimum. 13 3. Width as required. 14 4. Factory precut wherever possible. 15 16 B. Flashing Adhesive:. As recommended by flashing manufacturer 17 for sealing laps and sealing to vertical surfaces. 18 19 C. Weeps for Cavity Wall Construction: - 20 1. 3/8 IN outside diameter clear plastic tubes. 21 2. Weeps to match mortar color. 22 23 D. Reglets: Aluminum or non-ferrous. 24 25 26 PART 3 - EXECUTION 27 28 3.01 INSTALLATION 29 30 A. Install products in accordance with manufacturer's 31 instructions. 32 33 B. Install to provide positive drainage of cavity moisture. 34 35 C. Place flashing on bed of mortar before covering with mortar. 36 37 D. Extend flashing minimum 1/2 IN beyond the face of the brick. 38 After wall construction is completed cut flashing to within 39 .1/8 IN from face of wall to form a drip. 40 41 E. Extend fleshings beyond edge of lintels and sills at least 42 1/4 IN and turn up edge one full block course on 43 inside to direct moisture to exterior. 44 45 F. Lap flashing minimum of 6 IN and bond two pieces together 46 with flashing adhesive. 47 48 G. Install weeps maximum 24 IN on center in head joints of first 49 course of masonry immediately above flashings. 50 1, Do not install weeps over door opening. 51 52 3.02 FIELD QUALITY CONTROL 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 04155-3 O1 A. Inspect wall to ensure that mortar has not plugged air space 02 or weep tube. 03 04 END Of SECTION City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 (THIS PAGE LEFT BLANK INTENTIONALLY) 7, 04210-1 01 02 03 04 05 06 r. 07 08 09 10 11 l 12 13 r 14 15 16 17 18 19 20 21 22 23 •� 24 25 26 21 28 g 29 30 31 32 33 34 35 36 r„ 37 i 38 i 39 40 41 42 43 .. 44 45 46 47 r' 48 49 50 51 52 53 92Al2 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Brick masonry. SECTION 04210 BRICK MASONRY B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 04050 - Cold Weather Protection. 4. Section 04110 - Cement and Lime Mortars. 5. Section 04155 - Through Wall Flashing. 6. Section 04220 - Concrete Masonry. 7. Section 04510 — Masonry Cleaning. B. Section 07900 - Joint Sealants. C. Allowances: 1. A brick allowance of established for this 1.02 QUALITY ASSURANCE $295.00 per thousand brick is Project. A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. A82, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. B. Mock -Ups: 1. Construct sample wall, minimum 4 FT high x 8 FT long, utilizing all specified components of exterior wall for Engineer review and acceptance. 2. Sample wall shall constitute minimum standard of quality for actual construction. Maintain sample wall during construction. 3. If not acceptable, construct additional sample walls as required. 4. Remove when directed. 5. Sample wall may be built into permanent wall provided sample area is readily identifiable during construction. 6. Build sample wall in conjunction with sample wall required in Section 04220. 7. Sample wall to include all special corners or other special brick detailing. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 F 04210-2 01 C. All brick provided on this Project shall be from same 01 02 production run. 02 03 03 04 1.03 SUBMITTALS 04 05 05 06 A. Shop Drawings: 06 07 1. See Section 01340. 07 08 2. Product technical data including: 08 09 a. Acknowledgement that products submitted meet 09 10 requirements of standards referenced. 10 11 b. Manufacturer's installation instructions. 11 12 12 13 B. Samples: 13 14 1. Minimum 12 x 12 IN banded brick sample incorporating 14 15 actual brick and mortar color being used on Project for 15 16 Engineer review. 16 17 2. Brick proposed for matching existing brick.- 17 18 18 19 1.04 DELIVERY, STORAGE, -AND HANDLING 19 20 20 21 A. Deliver units on pallets with tight covers or deliver in 21 22 cubes and store on dunnage. 22 23 23 24 B. Inspect masonry upon delivery to assure color match with 24 25 sample wall and dimensional quality and trueness of brick 25 26 units. 26 27 27 28 C. Return unacceptable units. 28 29 29 30 30 31 PART 2 - PRODUCTS 31 32 32 33 2.01 ACCEPTABLE MANUFACTURERS 33 34 34 35 A. Subject to compliance with the Contract Documents, the 35 36 following Manufacturers are acceptable: 36 37 1. Masonry anchors and horizontal joint reinforcing: 37 38 a. AA Wire Products Co. 38 39 b.' Southern Slag. 39' 40 c. Dur-O-Wall. 40 41 d. Heckman. 41 42 e. Ty-Wal. 42 43 43 44 B. Submit requests for substitution in accordance with 44 45 Specification Section 01640. 45 46 46 47 2.02 MATERIALS 47 48 48 49 A. Brick: 49 50 1. Size: Modular. 50 51 2. ASTM C216, Type FBS, Grade SW 51 52 3. Include in bid special shaped, sized or cut brick such as 52 53 radius, edge or corner units required for complete 53 City of Lubbock, Municipal Water Treatment — Contract 3 04210-3 r 4 . 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 installation. 4. Match existing brick at exterior wall of Laboratory Building. 2.03 ACCESSORIES A. Anchors, Veneer: 1. Galvanized, ASTM A153. 2. 16 GA corrugated steel. 3. Nominal 7/8 IN wide x 6-3/4 IN long minimum or as required by Project conditions. B. Horizontal Joint Reinforcing: 1. Gold drawn steel wire, ASTM A82. 2. 9 GA side rods. 3. 9' GA cross rods. 4. Galvanized, ASTM A153. 5. Prefabricated corner and tee sections with minimum length of 32 IN from.point of intersection. PART 3 - EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Verify that anchors and flashings are correct. C. General: 1. 'IBuild walls to thickness indicated. 2. @uild in flashing, reinforcing, weeps and related items. 3. Install in running bond. 4. Perform all �Hll$:- utting with masonry saws; holes to be made using power 5. Cut as required to provide pattern required. 6. Use solid uni,t,s where cutting or laying would expose holes. 7. Avoid use of,less than half size units whenever possible. 8. Do not instal damaged units. 9. Wet brick having absorption rates greater than 0.025 OZ/SI/MIN. i,; a. Wet brick in accordance with manufacturer's instructions. 10. Install brickwork in conjunction with concrete unit masonry work: D. Laying and Tooling: 1. Lay out walls in advance for uniform and accurate spacing of bond patterns and joints. Properly locate openings, movement type joints, returns and offsets. 2. Lay brick with completely filled bed and head joints. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 04210-4 O1 a. Butter ends with sufficient mortar to fill head 02 joints and shove into place. 03 b. Do not slush head joints. 04 c. See Section 04110 for mortar and grout. 05 3. Maintain nominal 3/8 IN joint widths. 06 a. Cut joints flush where concealed. 07 b. Tool exposed joints concave. 08 c. Compress mortar in below grade joints. 09 .4. During tooling of joints, enlarge any voids or holes, 10 except weep holes, and completely fill with mortar. 11 5. Point -up all joints at corners, openings and adjacent 12 work to provide neat, uniform appearance. 13 6. Remove brick units disturbed after laying. 14 a. Clean and relay in fresh mortar. 15 b. Do not pound units to fit. 16 c. If adjustments are required, remove units, clean and 17 reset in fresh mortar. 18 7. Where work is stopped and later resumed, rack back 1/2 19 brick unit length in each course. 20 a. Wet units lightly. 21 b. Remove loose units and mortar prior to laying fresh 22 masonry. 23 8. As work progresses, build -in items indicated and 24 specified. 25 a. Fill in solidly with mortar around built-in items.. 26 27 E. Reinforcing: 28 1. Brick veneer with concrete block back-up: Anchor veneer 29 to back-up using horizontal joint reinforcing at 16 IN OC 30 vertically. 31 2. Coordinate continuous joint reinforcement with backer 32 material to provide required reinforcement. 33 a. Embed longitudinal side rods in mortar for entire 34 length with minimum cover of 5/8 IN on exterior side 35 of walls and 1/2 IN at other locations. 36 b. Lap reinforcement minimum of 6 IN at ends. 3.7 c. Do not bridge control and expansion joints with 38 reinforcing except at wall openings. 39 d. Make corners and wall intersections by use of 40 prefabricated "L" and "T" sections. 41 e. Cut and bend units as required. 42 f. Install horizontal joint reinforcing at 16 IN OC 43 vertically. 44 g. Install horizontal joint reinforcing 8 IN OC in 45 starter courses and over openings. 46 3. Reinforce masonry openings over 12 IN wide, with 47 horizontal joint reinforcing placed in two horizontal 48 joints above lintel and below sill. 49 a. Extend reinforcing minimum of 24 IN beyond jambs of 50 opening. 51 b. Bridge control joints where provided. 52 53 F. Control Joints, Flashing and Sealants: City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48. 49 50 51 52 53 04210-5 F F 01 1. Provide vertical control joints where indicated. 02 a Where not indicated provide at maximum 30 FT OC. 03 b.' Rake out all mortar from joint. 04 c. Locate control joints at points of natural weakness 05 in masonry. 06 2. See Section 04155 for flashing and weep installation 07 requirements. 08 3. See Section 07900 for sealant installation requirements. 09 10 G. Clean in accordance with Section 04510. 11 12 3.02 FIELD QUALITY CONTROL 13 14 A. Protect against weather when work is not in progress. 15 1. -`Cover top of walls with waterproof membrane, extend at 16 least 4 FT down both sides of wall and anchor in place. 17 18 B. Remove and replace loose, stained, or damaged bricks. 19 1. Provide new units to match. 20 2. 'Install in fresh mortar. 21 3. Point to eliminate evidence of replacement. 22 23 C. Tolerances: 24 1. Maximum variation from plumb in vertical lines and 25 surfaces of columns, walls and arises: 26 a. 1/4 IN in 10 FT. 27 b. 3/8 IN in a story height not to exceed 20 FT. 28 c. 1/2 IN in 40 FT or more. 29 2. Maximum variation from plumb for external corners, 30 expansion joints and other conspicuous lines: 31 a:1/4 IN in any story or 20 FT maximum. 32 b. 1/2 IN in 40 FT or more. 33 3. Maximum variation from level of grades for exposed 34 Tintels, sills, parapets, horizontal grooves and other 35 conspicuous lines: 36 a. 1/4 IN in any bay or 20 FT. 37 b. 1/2 IN in 40 FT or more. 38 4. Maximum variation from plan location of related portions 39 of columns, walls and partitions: 40 a. 1/2 IN in any bay or 20 FT. 41 b. 3/4 IN in 40 FT or more. 42 5. Maximum variation in cross -sectional dimensions of 43 columns and thicknesses of walls from dimensions shown on 44 Drawings: 45 a'' Minus 1/4 IN. 46 b. Plus 1/2 IN. 47 48 END OF SECTION 49 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 No Text 04220-1 r r 4 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91L02 SECTION 04220 01 02 CONCRETE MASONRY 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Concrete masonry construction (CMU). 11 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and 14 Conditions of the Contract. 15 2. Division 1 - General Requirements. 16 3. Section 03208 - Reinforcement. 17 4. Section 04110 - Cementland Lime Mortars. 18 5. Section 04155 - Through Wall Flashing. 19 6. Section 04210 - Brick'Masonry. 20 7. Section 04510 - Masonry Cleaning. 21 8. Section 07900 - Joint Sealants. 22 23 1.02 QUALITY ASSURANCE 24 25 A. Referenced Standards: 26 1. American Society for Testing and Materials (ASTM): 27 a. A82, Standard Specification for Steel Wire, Plain, 28 for Concrete Reinforcement. 29 b. A153, Standard Specification for Zinc Coating 30 (Hot -Dip) on Iron and Steel Hardware. 31 c. C33, Standard Specification for Concrete Aggregates. 32 d. C90, Standard Specification for Hollow Load -Bearing 33 Concrete Masonry Units. 34 e. C145, Standard Specification for Solid Load -Bearing 35 Concrete Masonry Units. 36 2. Underwriters Laboratories Inc (UL): 37 a. Building Materials!Directory. 38 39 B. Mock -Ups: 40 1. Construct sample wall minimum 4 FT high x 8 FT long 41 utilizing all specified components for Engineer review 42 and acceptance. 43 2. Sample wall shall constitute minimum standard of quality 44 for actual construction. Maintain sample wall during 45 construction. 46 3. If not acceptable, construct additional sample walls as 47 required. 48 4. Remove when directed by Engineer. 49 5. Sample wall may be built into permanent wall provided 50 sample area is readily';identifiable during construction. 51 6. Build sample wall in conjunction with sample wall 52 required in Section 04910.. 53 City of Lubbock, Municipal Water Treatment — Contract 3 04220-2 01 02 1.03 SUBMITTALS 03 04 A. Shop Drawings: 05 1. See Section 01340. 06 2. Product technical data including: 07 a. Acknowledgement that products submitted meet 08 requirements of standards referenced. 09 b. Manufacturer's installation instructions. 10 11 B. Samples: 12 1. Minimum two 4 x 4 IN samples of units of color selected 13 or specified. 14 15 1.04 DELIVERY, STORAGE, AND HANDLING 16 17 A. Deliver units on pallets with tight covers or deliver in 18 cubes and store on -dunnage. 19 20 21 22 PART 2 - PRODUCTS 23 24 2.01 ACCEPTABLE MANUFACTURERS 25 26 A. Subject to compliance with the Contract Documents, the 27 following Manufacturers are acceptable: 28 1. Masonry anchors and horizontal joint reinforcing: 29 a. AA Wire Products Co. 30 b. Southern Slag. 31 c. Dur-O-Wall. 32 d. Ty-Wal. 33 e. Heckman. 34 35 B. Submit requests for substitution in accordance with 36 Specification Section 01640. 37 38 2.02 MATERIALS 39 40 A. Concrete Masonry Units: 41 1. Modular units, ASTM C90 and C145, Grade N, Type I. 42 (Provide aggregate in accordance with ASTM C33). 43 2. Sizes and shapes as indicated on Drawings or required for 44 conditions. 45 3. Face shell and web thickness: ASTM C90, Table 3. 46 4. Moisture content: ASTM C90, Table 1. 47 5. Fire -resistive units: UL rated. 48 6. Concrete bricks of same material, texture and quality. 49 50 B. Horizontal Joint Reinforcing: 51 1. Cold drawn steel wire, ASTM A82. 52 2. 9 GA side rods. 53 3. 9 GA cross rods. 01. 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 . 49 50 51 52 53 City of Lubbock, Municipal Water Treatment — Contract 3 r 04220-3 01 4. Galvanized, ASTM A153. ` 02 S. Prefabricated corner and tee sections with minimum length 03 of 32'IN from point of intersection. 04 05 C. Mortar and Grout: Refer to Section 04110. 06 t' 07 D. Sealants: Refer to Section 07900. 08 09 E. Anchors at Intersecting Load -Bearing Walls: 1 x 1/4 x 24 IN �- 10 galvanized steel, ASTM A153, G60 minimum coating, with ends 11 turned up 2 IN. 12 13 F. Bond Breaker Strips: 15 LB asphalt saturated felt. 14 15 G. General Purpose Grout: Refer to Section 04110. 16 17 H. Reinforcing Bars: Refer to Section 03208 and as indicated on 18 Drawings. 19 20 21 I. Control Joint Masonry Keys: Units similar to Our -A -Wall regular D/A 2001, ASTM D2000, 244-805. 22 23 24 PART 3 - EXECUTION 25 26 3.01 PREPARATION r" 27 I' 28 A. Verify that anchors and flashings are correct. 29 30 B. Lay out walls in advance for uniform and accurate spacing of 31 bond patterns and joints. Properly locate openings, movement 32 type joints, returns, and offsets. 33 34 3.02 INSTALLATION �. 35 36 A. Install products in accordance with manufacturer's 37 instructions. 38 39 B. General: 40 41 1. Build walls to thickness indicated on Drawings. 2. Build in flashing, reinforcing, weeps and related items. 42 3. Perform all cutting with masonry saws. 43 4. Drill holes with power drill when required for piping, 44 conduit etc. Holes made by chipping unit will not be k 45 accepted. 46 5. Install standard block in running bond. r- 47 6. Cut as required to maintain bond pattern. k 48 7. Use solid units where cutting or laying would expose 49 holes. 50 8. Avoid use of less than half size units, whenever 51 possible. 52 9. Do not use chipped, cracked, spalled, stained or 53 imperfect units exposed in finish work. City of Lubbock, Municipal Water Treatment - Contract 3 r i 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 04220-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 10. Do not wet concrete masonry units. 01 11. Build chases and recesses as indicated and required for 02 work of other trades. Provide not less than 8 IN of 03 masonry between chase or recess and jamb of openings, and 04 between adjacent chases and recesses. 05 06 C. Concrete Masonry Units: 07 1. Install grouted hollow units under lintel bearing points 08 and in cells containing vertical reinforcing steel. 09 10 11 D. Laying and Tooling: 12' 1. Lay masonry units with completely filled bed and head 13 joints. 14 a. Butter ends with sufficient mortar to fill head 15 joints and shove into place. 16 b. Do not slush head joints. 17 2. Maintain nominal 3/8 IN joint widths. 18 a. Cut joints flush where concealed and where veneer 19 plaster coating is required. 20 b. Tool exposed joints concave. 21 c. Compress mortar in below ground joints. 22 3. During tooling of joints, enlarge any voids or holes and 23 completely fill with mortar. 24 4. Point -up all joints at corners, openings, and adjacent 25 work to provide neat, uniform appearance. 26 5.. Remove masonry disturbed after laying. 27 a. Clean and relay in fresh mortar. 28 b. Do not pound units to fit. 29 c. If adjustments are required, remove units, clean, and 30 reset in fresh mortar. 31 6. Where work is stopped and later resumed, rack back 1/2 32 masonry unit length in each course. 33 a. Remove loose units and mortar prior to laying fresh 34 masonry. 35 7. As work progresses, build in items indicated on Drawings 36 and specified: 37 a. Fill in solidly with mortar around built-in items. 38 b. Where built-in items are to be embedded in cores of 39 hollow masonry units, place layer of fiberglass mesh 40 in joint below and fill core with general purpose 41 grout. 42 43 E. Reinforcing: 44 1. Provide continuous horizontal joint reinforcing. 45 a. Embed longitudinal side rods in mortar for entire 46 length with minimum cover of 5/8 IN on exterior side 47 of walls and 1/2 IN at other locations. 48 b. Lap reinforcement minimum 6 IN at ends. 49 c. Do not bridge control and expansion.joints with 50 reinforcing except at wall openings. 51 d. Make corners and wall intersections by use of 52 prefabricated "L" and "T" sections. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 e. Cut and bend as required. f. Install reinforcing at 16 IN on center vertically. unless noted otherwise on Drawings. g. Install reinforcing 8 IN on center in starter courses and over openings. h. Use continuous joint reinforcing for bond tie between wythes. 2. Reinforce masonry openings over 12 IN wide with horizontal joint reinforcing placed in two horizontal Joints above lintel and below sill. a. Extend reinforcing minimum of 24 IN beyond jambs of opening. b. Bridge control joints where provided. 3. At intersecting load -bearing walls, provide rigid steel anchors 16 IN on center vertically, embed ends in mortar filled cores. 4. Install vertical reinforcing bars where indicated on Drawings. a. Use low lift grouting techniques to fill cells with vertical reinforcing. F. Lintels, Control Joints, Flashing and Sealants. 1. Provide vertical expansion, control and isolation joints where indicated on Drawings. a. Where not indicated on Drawings, provide at maximum 30 FT on center or at natural point of weakness. b. Provide at all T intersections. c. Rake out mortar in joint. 2. Seal control and expansion joints; and joints between concrete masonry unit and relieving lintels. G. Tolerances: 1. Maximum variation from plumb in vertical lines and surfaces of columns, walls, and arises: a. 1/4 IN in 10 FT. b. 3/8 IN in a story height not to exceed 20 FT. c. 1/2 IN in 40 FT or more. 2. Maximum variation from plumb for external corners, expansion joints, and other conspicuous lines: a. 1/4 IN in any story or 20 FT maximum. b. 1/2 IN in 40 FT or more. 3. Maximum variation from level of grades for exposed lintels, sills, parapets, horizontal grooves, and other conspicuous lines: a. 1/4 IN in any bay or 20 FT. b. 1/2 IN in 40 FT or more. 4. Maximum variation from plan location of related portions of columns, walls, and partitions: a. 1/2 IN in any bay or 20 FT. b. 3/4 IN in 40 FT or more. 5. Maximum variation in cross -sectional dimensions of columns and thicknesses of walls from dimensions shown on Drawings: 04220-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 04220-6 O1 a. Minus 1/4 IN. 02 b. Plus 1/2'IN 03 04 H. Protect against weather when work is not in progress. During 05 inclement weather conditions, cover top of walls with 06 waterproof membrane, extend at least 4 FT down both sides of 07 walls and anchor in place. 08 09 I. Concrete Masonry Insulating Inserts: 10 1. Block inserts shall be installed in the cores of blocks 11 at the Block Producer's Plant. Inserts shall be 12 properly installed in accordance with manufacturer's 13 specifications to allow blocks to be handled or saw cut 14 without danger of insert dislodgement. Blocks 15 containing damaged or mutilated Korfil inserts shall 16 not be used. 17 18 3.03 FIELD QUALITY CONTROL 19 20 A. Remove and replace loose, stained, or damaged units as 21 directed by Engineer. 22 1. Provide new units to match: 23 2. Install in fresh mortar. 24 3. Point to eliminate evidence of replacement. 25 26 3.04 CLEANING 27 28 A. Clean masonry in accordance with Section 04510. 29 30 END OF SECTION O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 -- 24 25 26 27 28 29 30 City of Lubbock, Municipal Water Treatment - Contract 3 ` 04510-1 r 01 91H01 SECTION 04510 02 03 MASONRY CLEANING 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Masonry cleaning. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 18 1.02 QUALITY ASSURANCE 19 20 A. Qualifications: 21 1. Use experienced workmen familiar with product and its 22 application. 23 24 1.03 SUBMITTALS 25 26 A. Letter stating that Contractor is experienced in this type of 27 masonry cleaning. 28 29 B. Shop Drawings: 30 1. See Section 01340. 31 2. Product technical data including: 32 a. Manufacturer's application instructions. 33 b. Manufacturer's recommendations on neutralizing rinse. 34 35 36 PART 2 - PRODUCTS 37 38 2.01 ACCEPTABLE MANUFACTURERS 39 40 A. Subject to compliance with the Contract Documents, the 41 following Manufacturers are acceptable: 42 1. Cleaning solution: Detergent type. 43 a. Pro So Co. 44 b. L & M Construction Chemicals, Inc. 45 2. Cleaning solution for manganese or vanadium stained 46 masonry: 47 a. Pro So Co. 48 b. L & M Construction Chemicals, Inc. 49 50 B. Submit requests for substitution in accordance with 51 Specification Section 01640. 52 53 2.02 MATERIALS 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 04510-2 01 02 A. Detergent -Type Cleaning Solution: 03 1. Pro So Company "Sure Clean #600 detergent masonry 04 cleaner. 05 2. L & M "Quick Kleen." 06 07 B. Manganese or Vanadium -Stained Masonry: 08 1. Pro So Company "Vanatrol." 09 2. L & M "Vana Kleen." 10 11 C. Water; potable. 12 13 D. Neutralizing rinse as required by manufacturer. 14 15 16 PART 3 - EXECUTION 17 18 3.01 PREPARATION 19 20 A. Allow 4 days after completion of masonry work before start of 21 cleaning. 22 23 B. Remove excess mortar using wooden paddles and scrapers. 24 25 C. Protect adjacent surfaces not to be cleaned. 26 27 3.02 APPLICATION 28 29 A. Apply masonry cleaner to exposed -to -view masonry surfaces. 30 1. Do not use wire brushes. 31 2. Use only tools free of rust. 32 3. Apply solution using fibered wall -washing brush. 33 34 B. Thoroughly rinse and pre-soak walls. 35 36 C. Flush all loose mortar and dirt from surface. 37 38 D. Wet to*prevent "run-off" streaking. 39 40 E. Scrape off mortar and reapply cleaning solution. 41 42 F. After scrubbing, clean thoroughly with pressurized water. 43 44 G. Apply neutralizing rinse as recommended by manufacturer. 45 46 END OF SECTION 01 02 03 04 05 06 07 08 09 10` 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) METALS 5 05211-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 9IL02 SECTION 05211 01 02 STEEL JOISTS 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Steel joists. 11 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and 14 Conditions of the Contract. 15 2. Division 1 - General Requirements. 16 3. Section 09905 - Painting and Protective Coatings. 17 18 1.02 QUALITY ASSURANCE 19 20 A. Referenced Standards: 21 1. American Institute of Steel Construction (AISC): 22 a. Specifications for the Design, Fabrication and 23 Erection of Structural Steel for Buildings. 24 2. American National Standard Institute (ANSI). 25 3. American Society for Testing and Materials (ASTM): 26 a. A36, Specification for Structural Steel. 27 b. A307, Carbon Steel Externally Threaded Standard 28 Fasteners. 29 c. A325, High -Strength Bolts for Structural Steel 30 Joints. 31 d. A490, Standard Specification for Heat -Treated Steel 32 Structural Bolts, 150 ksi Minimum Tensile Strength. 33 4. American Welding Society (AWS): 34 a. D1.1, Structural Welding Code - Steel. 35 5. Steel Joist Institute (SJI): 36 a. Recommended Code of Standard Practice for Steel 37 Joists and -Joist Girders. 38 b. Standard Specifications for Open Web Steel Joists, 39 H-Series. 40 c. Standard Load Table Open Web Steel Joists, H-Series. 41 6. United States Army, Corps of Engineers: 42 a. CRD-C621, Specification for Non -Shrink Grout. 43 44 B. Qualifications: 45 1. Manufacturer: Member of Steel Joist Institute. 46 2. Qualification of welding work: 47 a. Qualify welding processes, operations, and operators 48 in accordance with requirements of Structural Welding 49 Code - Steel AWS DI.1. 50 b. Welding operators to have been qualified during the 51 12-month period prior to commencement of welding. 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 05211-2 01 1.03 SUBMITTALS 01 02 02 03 A. Shop Drawings: 03 04 1. See Section 01340. 04 05 2. Fabrication and/or layout drawings: 05 06 a. Detailed shop drawings showing size and layout of 06 07 joist units, bridging, connections, and accessories. 07 08 Include mark, number, type, location, and spacing of 08 09 joists and bridging. 09 10 b. Provide templates or location drawings for 10 11 installation of anchor bolts. 11 12 c. Provide details of bridging, method of attachment to 12 13 joists, and joist end anchorage, any special 13 14 details for attachment of concentrated loads and other 14 15 details required for joist installation. Indicate bevelled 15 16 end plates for joist roof pitch where required., 16 17 d. Shop drawings shall not be reproductions of the 17 18 Contract Drawings. 18 19 3. Product technical data including: 19 20 a. Manufacturer's certification that steel joists comply 20 21 with specified requirements. 21 22 b. Joist manufacturer's load tables, specifications and 22 23 installation instructions for each type of joist and 23 24 its accessories. Include product data describing 24 25 materials, shop coating, and accessories. 25 26 4. Certifications: 26 27 a. Manufacturer member of SJI. 27 28 b. Welders. 28 29 c. Capability of joist per paragraph 2.03 A and D. 29 30 30 31 1.04 DELIVERY, STORAGE, AND HANDLING 31 32 32 33 A. Deliver,store and handle steel joists as recommended by SJI. 33 34 Exercise care to avoid damage to joists. 34 35 35 36 B. Store joists clear of earth on platforms, skids or other 36 37 supports. Protect joists after delivery to prevent rust and 37. 38 deterioration. 38 39 39 40 C. Provide anchor bolts and other items to be embedded in 40 41 concrete or masonry, with templates as required, in time for 41 42 incorporation into the work. 42 43 43 44 44 45 PART 2 - PRODUCTS 45 46 46 47 2.01 ACCEPTABLE MANUFACTURERS 47 48 48 49 A. Subject to compliance with the Contract' Documents, the 49 50 following Manufacturers are acceptable: 50 51 1. Nucor Corporation Vulcraft Divisions. 51 52 2. Socar Incorporated. 52 53 3. Tex -Ark Joist Company. 53 City of Lubbock, Municipal Water Treatment - Contract 3 N 05211-3 O1 02 B. Submit requests for substitution in accordance with 03 Specification Section 01640. 04 05 2.02 MATERIALS 06 07 A. Unfinished Threaded Fasteners: ASTM A307, Grade A, regular 08 hexagon type, low carbon steel, with ANSI B27.2, Type B, 09 carbon steel washers. 10 11 2.03 STEEL JOISTS 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 A. Certify that the design of steel joists to be supplied have been checked and found to conform to the steel standard specifications and load tables of the Steel Joist Institute. B. Fabrication: 1. Fabricate in accordance with SJI specifications and as follows: a. Do not splice principal tension members. Use only full length pieces. b. Make shop connections and splices using either arc or resistance welding. Do not shop bolt connections. c. Design and fabricate for maximum deflection of 1/360 of clear span under design live load. d. Shop holes, field holes, and enlargement of holes will not be permitted unless approved by Engineer. e. Fabricate bearing ends'to provide following minimum bearing unless a longer bearing length is indicated on the Contract Documents. H SERIES ====W=sa On masonry or concrete: 6 IN min On steel: 4 IN min C. Special or Concentrated Loads: Where concentrated loads are indicated, reinforce joist and develop details as necessary for support of such loads. D. Provide extended bottom chords where indicated. Comply with SJI requirements and load tables. E. Provide extended top chords where indicated. Comply with SJI requirements and load tables. F. Prepare steel joist and paint in compliance with Section 09905 and SJI Specifications. O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 05211-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 G. Shop Painting: 1. Remove loose scale, heavy rust, and other foreign materials from fabricated joists and accessories. 2. Apply one shop coat of steel joist primer paint to steel joists and accessories, by spray, dipping, or other method to provide continuous dry paint film thickness of not less than 0.50 mil. 3. Shop paint: Comply with SJI except that asphalt type paint is not acceptable. a. Shop coat of red oxide rust -inhibitive paint standard with manufacturer. b. Comply with SSPC Chapter 15. H. Comply with SJI Specifications: 1. Joist designations indicated on the Drawing are minimum requirements; increase as required to comply with design requirements specified. 2. Wherever possible increased joists shall have the same depth as joist indicated on Drawings. 3. Where necessary to increase joist depths to meet design requirements,coordinate all project changes required due to the increased depth. 4. Make all required joist revisions at no additional cost to Owner. 2.04 SOURCE QUALITY CONTROL A. Engineer reserves right to inspect joists or"r'anufacturer's shop during joist fabrication. PART 3 - EXECUTION 3.01 INSPECTION A. Examine areas and conditions under which steel joists are to be installed for conditions detrimental to proper and timely completion of work. B. Do not proceed with work until unsatisfactory conditions have been corrected. C. Do not start placement of steel joists until supporting work is in place and secured. 0. Joists will be subject to rejection if: 1. Joists do not comply with requirements of SJI' specification and requirements herein. 2. Joists are improperly welded or constructed. 3. Joists are damaged so that strength is impaired. 4. Joists are not installed as indicated on Drawings. 5. Chords are not installed straight within a tolerance of " plus or minus 0.0028 times the length of the joist or the City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 05211-5 r r 01 distance between points of lateral support. 01 02 02 03 3.02 INSTALLATION 03 r 04 04 CI 05 A. Do not install joists damaged so that strength is impaired. 05 06 06 07 B. Do not overload joists. (Note: Joists may not be able to 07 08 carry design loads until bridging and roof system is fully 08 09 installed.) 09 10 10 11 C. Where not specifically indicated otherwise, place and secure 11 12 steel joists in accordance with SJI specifications and as 12 13 herein specified. 13 14 14 15 D. Field weld joists to supporting steel framework in accordance 15 16 with SJI specifications for type of joists used. Coordinate 16 18 welding sequence and procedure with placing of joists. 18 19 E. Bearing on Masonry or Concrete Bearing Surfaces: 19 20 1. Secure joists resting on masonry or concrete bearing 20 21 surfaces by bedding in mortar and anchoring to masonry or 21 22 concrete construction as specified in SJI specifications 22 23 for type of steel joist used. 23 24 a. Masonry or concrete required to support joists to 24 25 have reach required 28-day compressive strength prior 25 26 to placing joists thereon. 26 r. 27 2. Furnish anchor bolts or steel bearing plates to be built 27 28 into masonry construction. Furnish templates as may be 28 29 necessary for accurate location of anchors. Steel 29 30 bearing plates to conform to ASTM A36. 30 31 3. Bedding mortar: 31 32 a. Sand Cement Grout: 32 33 1) Approximately 3 parts sand, l part portland 33 34 cement, 6 plus/minus l percent entrained air and 34 35 water to produce a slump which allows grout to 35 36 completely fill required areas and surround 36 r, 37 adjacent reinforcing. 37 38 2) Minimum 28-day compressive strength: 3000 psi. 38 39 b. Non -shrink grout complying with Corps of Engineers 39 40 CRD-C621. 40 r„ 41 41 42 F. Place joists on supporting work, adjust and align in accurate 42 43 location and spacing before permanently fastening. 43 44 1. Provide end bearing and anchorages to secure joists to 44 !' 45 supporting members or walls in accordance with SJI 45 46 Specifications, unless otherwise indicated. 46 ,. 47 2. When joists do not bear flush on supporting member or 47 48 wall, take corrective measures to ensure full bearing. 48 ` 49 Provide steel shims as required for uniform flush 49 50 bearing. 50 51 51 52 G. Provide type, size, spacing, and attachment of bridging in 52 53 accord with SJI specifications, where not specifically 53 j� i City of Lubbock, Municipal Water Treatment - Contract 3 05211-6 01 indicated otherwise, except as modified herein. 02. 1. Provide horizontal type bridging as indicated. 03 2. Do not use sag rods as substitute for bridging. 04 05 H. Install bridging completely, immediately after erection, and 06 before any loads are applied. 07 1. Anchor ends of bridging lines at top and bottom chords of 08 each joist and where terminating at walls or beams. 09 2. Provide bridging connections at top and bottom chords 10 capable of safely resisting a force specified by SJI II. Standard Specifications for open web, long span, deep 12 long span joists, and joist girders respectively. 13 3. During construction period, Contractor is responsible for 14 any loads placed on joists. Contractor's attention is 15 directed the fact that joists may unstable and cannot 16 carry their design load until steel deck and bridging are 17 completely installed. 18 19 I. Remove or repair damaged joists or other work, to 20 satisfaction of Engineer at no additional expense to Owner. 21 22 J. After installation, touch up paint or field paint as 23 specified in Section 09905. 24 25 END OF SECTION City of Lubbock; Municipal Water Treatment - Contract 3 05313-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92Al2 SECTION 05313 01 02 METAL DECK 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Metal form deck. 11 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and 14 Conditions of the Contract. 15 2. Division 1 - General Requirements. 16 3. Division 3 - Concrete. 17 18 1.02 QUALITY ASSURANCE 19 20 A. Referenced Standards: 21 1. American Iron and Steel Institute (AISI): 22 a. Specification for the Design of Cold -Formed Steel 23 Structural Members. 24 2. American Society for Testing and Materials (ASTM): 25 a. A36, Specification for Structural Steel. 26 b. A446, Specification for Steel Sheet, Zinc -Coated 27 (Galvanized) by the Hot -Dip Process, Structural 28 (Physical) Quality. 29 c. A525, Specifications for General Requirements for 30 Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip 31 Process. 32 d. A611, Steel Sheet, Carbon, Cold Rolled, Structural 33 Quality. 34 e. D746, Test Method for Brittleness Temperature of 35 Plastics and Elastomers by Impact. 36 f. D1056, Specification for Flexible Cellular Materials 37 Sponge or Expanded Rubber. 38 3. American Welding Society (AWS): 39 a. D1.3, Structural Welding Code - Sheet Steel. 40 4. Steel Deck Institute (SDI): 41 a. Design Manual for Composite Decks, Form Decks, and 42 Roof Decks. 43 44 B. Qualifications: 45 1. Manufacturer: Member of Steel Deck Institute. 46 2. Qualification of welding work: 47 a. Qualify welding processes, operations, and operators 48 in accordance with requirements of Structural Welding 49 Code - Sheet Steel, AWS D1.3. 50 b. Welding operators to have been qualified during the 51 12-month period prior to commencement of welding, and 52 be experienced in welding light gage metal. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r t 05313-2 01 02 1.03 SUBMITTALS 03 04 A. Shop Drawings: 05 1. See Section 01340. 06 2. Fabrication and/or layout drawings: 07 a. Detailed shop drawings showing the following: 08 1) Complete framing and erection layouts. 09 2) Location, length and markings of metal deck units 10 which correspond with sequence and procedure to 11 be followed for erecting, fastening, and securing 12 the deck units. 13 3) Details and gages of accessories and 14 miscellaneous items showing sump pans, cant 15 strips, ridge and valley plates, closure strips 16 and insulation supports. 17 4) Welding procedures for installation including 18 size, number, type and location of all welds 19 required to install deck units. 20 5) Recommended welding rod size, type, burn off rate 21 and welder setting for deck thickness to be 22 joined. Define welds by use of standard AWS 23 welding symbols. 24 6) Correct fitting of members and accessories. 25 7) Size and location of all openings in deck and all 26 conditions requiring closure panels. 27 8) Shop drawings shall not be reproductions of the 28 Contract Drawings. 29 3. Product technical data including: 30 a._ Acknowledgement that products submitted meet 31 requirements of standards referenced. 32 b. Metal deck manufacturer's specifications and 33 installation instructions. 34 c. Manufacturer's specifications and installation 35 instructions for: 36 1) Galvanizing repair paint. 37 2) Screws. 38 3) Joint sealing compound. 39 d. Manufacturer's load tables for deck to be furnished 40 on this project, including allowable gravity load for 41 deck and composite slab and allowable diaphragm shear 42 values for deck. 43 4. Certifications: 44 a. Manufacturer member of SDI. 45 b. Welders. 46 5. Test reports. . 47 48 1.04 DELIVERY, STORAGE, AND HANDLING 49 50 A. Protect materials from rusting, denting or crushing. 51 1. Store metal deck on project site off the ground with one 52 end elevated to provide drainage and protected from the 53 elements with a waterproof covering, ventilated to avoid City of Lubbock, Municipal Water Treatment - Contract 3. 01 condensation. Prevent deterioration and accumulation of 02 foreign material. 03 04 1.05 PROJECT CONDITIONS '. 05 06 A. Do not overload supporting members. Until the entire r^ 07 assembly is complete, the structural elements may not be 08 stable or capable of supporting code or stated design loads. 09 10 11 PART 2 - PRODUCTS 12 13 2.01 ACCEPTABLE MANUFACTURERS 14 15 A. Subject to compliance with the Contract Documents, the 16 following Manufacturers are acceptable: r- 17 1. 1-1/2 IN deep metal roof deck: 18 a. Vulcraft, Type 1.5B. 19 b. United Steel Deck, Inc., Type B. 20 c. Wheeling Corrugating Co., Type BW. 21 d. Epic Metals Corp., Type B. 22 e. Roll Form Products Inc., Type B15RD. 23 f. Wolverine Deck Co., Type B. r 24 g. Cyclops Corp., Bowman Metal Deck Division, Type FM2. 25 26 B. Submit requests for substitution in accordance with r• 27 Specification Section 01640. p 28 29 2.02 STEEL DECK 30 31 A. The allowable superimposed live uniform loading per square 32 foot for the deck supplied for the spans indicated shall 33 equal or exceed the allowable superimposed live uniform load r' 34 per square foot for the same spans as indicated in the Steel 35 Deck Institute latest tables. 36 .• 37 B. Minimum Deck Thickness: 38 1. Provide the following: 39 40 Minimum uncoated decimal thickness: r- i 41 42 GAGE DESIGN THICKNESS 43 -------------------- r 44 20 0.0358 IN t . 45 46 The delivered thickness of the uncoated steel shall not ,., 47 be less than 95 percent of the design thickness. 48 49 2. The steel used shall have a minimum yield stress of 33 50 ksi. 51 52 C. Provide form deck to act as bottom form for cast -in -place 53 concrete slabs and which will become positive slab r City of Lubbock, Municipal Water Treatment —Contract 3 r- 05313-3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 05313-4 01 reinforcement through mechanical anchorage after concrete 01 02 hardens. 02 03 03 04 D. Minimum Deflection: Less than 1/240 of span under live load. 04 05 05 06 E. Metal Roof Decking, 1-1/2 IN Deep: Wide rib type, sheet 06 07 steel, 20 GA, minimum, with minimum uncoated thickness of. 07 08 0.0358 IN, galvanized. 08 09 1. Galvanized decking: ASTM A446 with ASTM A525 G90 zinc 09 10 coating. 10 11 11 12 F. Fabrication: 12 13 1. Form deck units in lengths to span three or more support 13 14 spacings with flush, telescoped or nested 2 IN end laps. 14 15 a. Joints occur on supporting members. 15 16 b. Provide deck units having interlocking male and 16 17 female type side laps or joints to provide positive 17 18 vertical and lateral alignment of adjacent deck 18 19 units. 19 20 2. Use deck configurations complying with SDI "Basic Design 20 21 Specifications" and as indicated. 21 22 a. Wide rib deck: Depth 1-1/2 IN, ribs spaced 22 23 approximately 5 IN OC; width of rib opening at top 23 24 surface maximum 2-1/2 IN; width of bottom rib surface 24 25 minimum 1-3/4 IN. 25 26 3. Metal closure strips: 26 27 a. Form to configuration required to provide 27 28 tight -fitting closures at open ends and sides of 28 29 decking. 29 30 b. Minimum thickness before galvanizing 0.0358 IN (20 30 31 GA). 31 32 4. Roof sump pans: 32 33 a. Fabricate from a single piece of galvanized.sheet, 33 34 steel with level bottoms and sloping sides to direct 34 35 water flow. 35 36 b. Provide sump pans of adequate size to receive roof 36 37 drains with bearing flanges minimum 3 IN wide. 37 38 c. Recess pans not less than 1-1/2 IN below roof deck 38 39 surface, unless otherwise indicated or required by 39 40 deck configuration. 40 41 d. Minimum thickness before galvanizing: 0.0747 IN 41 42 (14 GA). 42 43 5. Cant strips: 43 44 a. Bend cant strips to form 45 DegF slope not less 44 45 than 5 IN wide, with top and bottom flanges not less 45 46 than 3 IN wide. 46 47 b. Minimum thickness before galvanizing 0.0358 IN (20 47 48 GA). 48 49 6. Metal closures and pour stops: 49 50 a. Form to configuration required to privde 50 51 mortar -tight closures. 51 52 52 53 G. Galvanized coating for metal deck accessories shall conform 53 City of Lubbock, Municipal Water Treatment - Contract 3 1 05313-5 01 02 03 r" 04 E 05 06 �• 07 08 09 r 10 11 12 13 !' 14 15 16 r. 17 18 19 2.0 • 21 22 23 r- 24 25 26 27 28 29 30 f 31 32 33 34 35 36 r.. 37 38 39 40 r' 41 42 43 *� 44 45 46 47 48 49 50 51 52 53 11 to ASTM A525 G90 zinc coating. H. Galvanized Repair Paint: For repair of damaged galvanized surfaces, comply with Section 09905. I. Screws: Self -drilling, self -tapping, #12 size minimum sheet metal screws. J. Miscellaneous Steel Shapes: Comply with ASTM A36. K. Sheet Metal Accessories: Same material and finish as deck members. L. Joint Sealing Compound: Nonskinning, gun grade, bulk compound as recommended by deck manufacturer. PART 3 - EXECUTION 3.01 INSTALLATION A. Install deck units and accessories as indicated in accordance with manufacturer's recommendations, final approved shop drawings and as specified herein. B. Do not start placement of deck units until all supporting members are installed complete. 1. Locate deck bundles to prevent overloadingof structure. C. Do not overload supporting members. Until the entire assembly is complete, the structural elements may not be stable or capable of supporting code or stated design loads. D. Place each deck unit on supporting structural frame, adjust to final position, accurately align with ends bearing on supporting members. 1. Lap units at ends no less than 2 IN. 2. Do not stretch or contract side -lap interlocks. 3. Place deck units flat and square and secure to framing without warp or excessive deflection. 4. Place units in accurate and close alignment for entire length of run and with close registration of flutes of one unit with those of abutting unit. E. Plug weld sizes specified are effective fusion diameter of welds. 1. Weld metal shall penetrate all layers of deck material at ends laps and have good fusion to supporting members. 2. Do not burn through deck. 3. Prevent overtorquing of screw fasteners by using a tool with a depth limiting nosepiece and a clutch. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 F 05313-6 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 F. Fastening of,1-1/2 IN Deep Metal Roof Deck: 1. Secure deck units to supporting frame and side laps as follows: a. At all interior supports and at ends of deck use: 1) For 24 IN wide deck: Three 5/8 IN round plug welds for deck unit. 2) For 30 and 36 IN wide deck: Four 5/8 IN round plug welds per deck unit. b. At perimeter parallel to deck: 5/8 IN round plug welds at 12 IN OC. c. At side laps, 5/8 IN round puddle weld or 3/8 x 1-1/4 IN arc seam weld at 24 IN OC. G. Remove and replace decking which is structurally weak or unsound or which has burn holes due to improper welding or which Engineer declares defective. H. Joint Sealing: 1. Remove dust, dirt, and moisture from joint surfaces. 2. Apply sealant in accordance with manufacturer's instructions. I. Cut and fit deck units and accessories around other work projecting through or adjacent to decking. 1. Make cutting and fitting neat, square and trim. a. Cut deck by mechanical means, not by burning. 2. Neatly and accurately install reinforcing at all openings except: a. Circular openings less than 6 IN diameter. b. Rectangular openings having no side dimension greater than 6 IN. 3. Reinforce openings that have not been framed between 6 and 12 IN with 20 GA flat steel sheet 12 IN greater in each dimension than opening. Place sheet around opening and fusion weld to top surface of deck at each corner. J. Install metal closure strips at all open uncovered ends and edges of roof decking, and in voids between decking and other construction. 1. Weld into position to provide a complete decking installation. 2. Provide flexible closure strips instead of metal closures, at Contractor's option and when approved by Engineer wherever their use will ensure complete closure. Install with elastomeric type adhesive in accordance with written directions and recommendations of manufacturers of closure strips and adhesives. K. Roof Sump Pans: 1. Place over openings in roof deck. 2. Weld to top deck surface. Space welds maximum 12 IN OC with at'least one weld at each corner and each side City of Lubbock, Municipal Water Treatment - Contract 3 l 05313-7 r 01 midway between each corner. 01 02 3. Cut opening in bottom of roof sump to accommodate drain 02 03 size indicated. 03 04 04 05 L. Cant Strips: 05 06 1. Weld cant strips to top surface of roof decking at 12 06 07 IN OC. 07 08 2. Lap end joints not less than 3 IN. 08 09 09 10 M. Clean and Touch Up: 10 11 1. Remove all surplus materials and debris from surface of 11 12 roof deck after installation. 12 13 2. Wire brush, clean and paint scarred areas, welds and rust 13 r• 14 spots on top surfaces of decking units and supporting 14 15 steel members in compliance with Section 09905. 15 16 3. Touch-up damaged galvanized surfaces with galvanizing 16 r„ 17 repair paint applied in compliance with Section 09905. 17 r 18 18 19 19 20 END OF SECTION 20 r City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 05505-1 r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92A30 SECTION:05505 01 02 METAL FABRICATIONS 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Custom fabricated metal items and certain manufactured 11 units not otherwise indicated to be supplied under work 12 of other sections. 13 14 B. Related Sections include but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and 16 Conditions of the Contract. 17 2. Division 1 - General Requirements. 18 3. Section 05522 - Aluminum Railings. 19 4. Section 09905 - Painting and Protective Coatings. 20 21 1.02 QUALITY ASSURANCE 22 23 A. Referenced Standards: 24 1. American Society for Testing and Materials (ASTM): 25 a. A36, Standard Specification for Structural Steel. 26 b. A48, Standard Specification for Gray Iron Castings. 27 c. A53, Standard Specification for Pipe, Steel, Black 28 and Hot -Dipped, Zinc -Coated Welded and Seamless. 29 d. A123, Standard Specification for Zinc (Hot -Dip 30 Galvanized) Coatings on Iron and Steel Products. 31 e. A325, Standard Specification for High -Strength. Bolts 32 for Structural Steel Joints. 33 f. A500, Standard Specification for Cold -Formed Melded 34 and Seamless Carbon Steel Structural Tubing in Rounds 35 and Shapes. 36 g. A525, Standard Specification for General Requirements 37 for Steel Sheet, Zinc -Coated (Galvanized) by the 38 Hot -Dip Process. 39 h. A536, Standard Specification for Ductile Iron - 40 Castings. 41 i. A563, Standard Specification for Carbon and Alloy 42 Steel Nuts. 43 J. A666, Standard Specification for Austenitic Stainless 44 Steel, Sheet, Strip, Plate, and Flat Bar. 45 k. B26, Standard Specification for Aluminum -Alloy Sand 46 Castings. 47 1. 8221, Standard Specification for Aluminum and 48 Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and 49 Tubes. 50 m. 8308, Standard Specification for Aluminum -Alloy 51 6061-T6 Standard Structural Shapes. 52 n. F593, Standard Specification for Stainless Steel 53 City of Lubbock, Municipal Water Treatment - Contract 3 05505-2 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Bolts, Hex Cap Screws, and Studs. 2. American Welding Society (AWS): a. A5.1, Specification for Covered Carbon Steel Arc Welding Electrodes. b. D1.1, Structural Welding Code Steel. c. D1.2, Structural Welding Code Aluminum. 3. U.S.Department of Labor, Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910, OSHA Safety and Health Standards for General Industry (referred to herein as OSHA' standards). 4. Provide all fabricated items complying with'1988 Uniform Building Code and OSHA Regulations. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Fabrication and/or layout drawings: a. Submit shop drawings for all fabrications and assemblies. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. For grating, include manufacturer's standard allowable load tables. 1.04 SEQUENCING AND SCHEDULING A. Inserts and Anchorage: 1. Furnish inserts and anchoring devices which must be set in concrete or concrete masonry units for installation of miscellaneous metal work. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Abrasive stair nosings: a. Balco. b. Architectural Arts. c. Wooster Products, Inc. 2. Adhesive anchors: a. Hilti Inc. b. Emhart Corp., Molly Div. 3. Castings, trench covers and accessories: O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 a. Neenah Foundry Co. 02 b. Deeter-Foundry Co. 03 c. Barry Craft Construction Casting Co. 04 d. McKinley Iron Works. 05 4. All purpose metal framing: 06 a. Unistrut Building Systems. 07 b. B-Line Systems. -08 c. Allied Tube and Conduit. 09 d. Metal Products Div., USG Industries, Inc. 10 5. Aluminum ladders: 11 a. ALACO Ladder Co. 12 b. O'Keeffe's Inc. 13 c. Precision Stair Corporation. I 14 6. Ladder accessories: f 15 a. Bilco. 16 17 B. Submit requests for substitution in accordance with 18 Specification Section 01640. 19 20 2.02 MATERIALS 21 ` 22 A. Steel: 23 1. Structural steel shapes and plates: ASTM A36. 24 2. Steel pipe: ASTM A53, Types E or S, Grade B. 25 3. Structural tubing: ASTM A500, Grade B. 26 4. Bolts, nuts and washers, high strength: ASTM A325. ^ 27 a. Provide washers with all nuts. 28 5. Bolts and nuts unfinished: ASTM A307, Grade A. 29 a. Provide washers with all nuts. 30 31 6. 7. Anchor bolts: ASTM A36. Electrodes for welding steel: AWS A5.1, E70 Series. 32 33 B. Iron: 34 1. Ductile iron: ASTM A536. 35 2. Gray cast iron: ASTM A48. 36 37 C. Stainless Steel: v 38 1. Stainless steel: ASTM A666, Type 304 or 316, Grade A. 39 2. Stainless steel bolts and nuts: ASTM F593, Type 303 or 40 304 with minimum yield strength of 30,000 psi and minimum 41 tensile strength of 70,000 psi. 42 43 D. Aluminum: 44 1. Rolled shapes and extrusions: ASTM B308 or B221. 45 2. Castings: ASTM B26. 46 3. Alloys 6061-176 or 6063-176 unless specified otherwise in r 47 this Section. %j 48 4. Aluminum angles, beams, pipes, plates and channels: 49 Alloy 6061-176. 50 51 5. Electrodes for welding aluminum: AWS D1.2, filler alloy 4043 or 5356. l 52 53 E. Washers: Same material and alloy as found in accompanying r City of Lubbock, Municipal Water Treatment - Contract 3 l 05505-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 05505-4 O1 bolts and nuts. 01 02 02 03 F. Galvanizing: ASTM A123 or,A525 with minimum coating of 1.5 03 04 OZ per square foot. 04' 05 05 06 G. Adhesive Anchors: 06 07 1. Parabond capsule anchors by Molly; HVA anchors by Hilti; 07 08 or approved equal. 08 09 09 10 2.03 MANUFACTURED UNITS 10 11 11 12 A. Ladders: 12, 13 1. Material: 13 14 a. Aluminum: 6061-T6 or 6063-T6 alloy. 14 15 2. Rails, minimum sizes: 1-1/4 IN square tubing, 1-1/2 IN is 16 nominal diameter pipe or 3 IN wide channel shape, minimum 16 17 0.125 IN thick. 17 18 3. Rungs: Minimum 1 IN DIA or 1 IN SQ solid bars with 18 19 serrated face on all sides unless shown otherwise. 19 20 4. Minimum distance from centerline of rungs to wall: 7 IN. 20 21 5. Rung spacing: Uniform, maximum 1 FT. Top rung level 21 22 with top platform. 22 23 6. Design to support minimum 300 LB concentrated vertical 23 24 load with 150 LB concentrated horizontalload. 24 25 a. Maximum allowable stresses per RISC Specification or 25 26 AA Specification. 26 27 b. Maximum lateral deflection: Side rail span/300. 27 28 7. Designed in accordance with OSHA standards and applicable 28 29 codes. Provide safety cages and gates where required. 29 30 8. Construction: 30 31 a. Fully welded or mechanical fastener type. 31 32 9. Finish: 32 33 a. Aluminum: Mill. 33 34 10. Ladder accessories: 34 35 a. Telescoping tubular steel section that automatically 35 36 locks into place when fully extended. 36 37 b. Hot -dip galvanized finish ready for paint. 37 38 c. Corrosion -resistant spring. 38 39 d. Factory assembled with all hardware necessary for 39 40 mounting to ladder where indicated on Drawings. 40 41 41 42 B. Abrasive Stair Nosings: 42 43 1. Two component consisting of an embedded subchannel, 43 44 installed with concrete pour, and an abrasive tread plate 44 45 to be installed later. 45 46 2. 6063-T5 extruded aluminum, mill finished and heat 46 47 treated. 47 48 3. Complete with concrete anchors and tread plate securing 48 49 screws. 49 50 .4. Units: 4 IN less in length than stair width. 50 51 51 52 C. Stairs —Grating: Fabricated as indicated. 52 53 1. Treads: Grating treads as specified with exception that 53 City of Lubbock, Municipal Water Treatment - Contract3 05505-5 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 nosing shall have integral corrugated non -slip edge. 2. Landings: Grating as specified. 3. Fabricate and design stair, landing assembly, and connections to support a 1000 LB concentrated, moving load or'100 psf uniform live load, whichever requires the stronger component. 4. Fabricate and design stair components in accordance with NAAMM Metal Stairs Manual. 5. Design, fabricate, and install in compliance with applicable codes. 6. Material: a. Aluminum: Alloy 6061-T6 or 6063-T6. D. Aluminum Grating: Fabricate in accordance with NAAMM Metal Bar Grating Manual. 1. Minimum depth: 1-1/2 IN. 2. Minimum rectangular bar size: 3/16 IN thick. 3. Minimum I -bar flange width; 1/4 IN. 4. Allowable superimposed live load: Not less than 200 psf with a maximum deflection of 1/4 IN under a superimposed dive load of 100 psf. 5. Cross bars: Welded, swagged or pressure locked to bearing bars. 6. Top edges of bars: Grooved or serrated. 7. Grating sections: Not wider than 3 FT. S. Standard mill finish. 9. Ends and perimeter edges: Banded. 10. Openings through grating: Reinforced to provide required load carrying capacity and banded with 4 IN high toe plate. 11. Provide openings at joints between individual grating sections. 12. Clips and bolts: Stainless steel. E. Heavy -Duty Castings, Trench Covers, and Accessories: 1. Prefabricated, ASTM A48 or A536. 2. Design load: AASHTO HS-20 wheel loading for indicated span. 3. Machine horizontal mating surfaces. F. All Purpose Metal Framing: 1. Materials: Carbon steel. 2. Channels and inserts: a. Minimum 12 GA. b. Channels to have one side with a continuous slot with inturned lips. 3. Fittings: Hot -rolled steel strip or plate. 4. Nuts: Steel A563 with toothed groves in top of nuts to engage the inturned lips of channel. 5. Finishes: Epoxy coated. Galvanize items which cannot be epoxy coated. 2.04 FABRICATION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 City of Lubbock, Municipal Water Treatment- Contract 3 05505-7 01 02 B. Shim and grout as necessary. 03 04 C. Bolt Field Connections: Where practicable, conceal 05 fastenings. Grind welds smooth where field welding is 06 required. 07 08 D. Unless noted or specified otherwise: 09 1. Connect steel members to steel members with 3/4 IN DIA 10 high strength bolts. 11 2. Connect aluminum to aluminum with 3/4 IN DIA aluminum 12 bolts. 13 3. Connect aluminum to structural steel using 3/4 IN DIA 14 stainless steel bolts. Provide dissimilar metals 15 protection. 16 4. Connect aluminum and steel members to concrete and 17 masonry using 3/4 IN DIA stainless steel expansion bolts 18 unless shown otherwise. Provide dissimilar materials 19 protection. 20 a. Expansion bolts to have a minimum embedment of 4 IN 21 into concrete and masonry unless indicated otherwise 22 on Drawings. 23 24 E. Tighten ASTM A325 high -strength bolts in accordance with 25 Section 05120. 26 1. Provide hardened washers for all ASTM A325 bolts. 27 Provide the hardened washer under the element (nut or 28 bolt head) turned in tightening. 29 30 F. Secure metal to wood with lag screws of adequate size with 31 appropriate washers. 32 33 G. Do not field splice fabricated items unless said items exceed 34 standard shipping length or change of direction requires 35 splicing. Provide full penetration welded splices where 36 continuity is required. 37 38 H. Provide each fabricated item complete with attachment devices 39 as indicated or required to install. 40 41 I. Anchor aluminum and metal work so that work will not be 42 distorted nor fasteners overstressed from expansion and 43 contraction. 44 45 J. Setting Beam and Column Base Plates: 46 1. Set beam and column base plates on nonshrink grout in 47 accordance with Division 3. 48 2. Construct top of bearing surface to an elevation that is 49 lower than elevation of bottom of base plate by dimension 50 indicated. If not indicated, provide minimum of 1 IN. 51 grout thickness under base plates. 52 3. Set and anchor each base plate to proper line and 53 elevation. City of Lubbock, Municipal Water Treatment - Contract 3 05505-8 ro 01 a. Use metal wedges, shims, or setting nuts for leveling 02 and plumbing columns and beams. Wedges, shims and 03 setting nuts to be of same metal as base plate they I 04 support. 05 b. Fill space between bearing surface and bottom of base 06 plate with nonshrink grout. Fill space until voids 07 are completely filled and base plates are fully 08 bedded on wedges, shims, and grout. 09 c. Do not remove wedges or shims. Where they protrude, 10 cut off flush with edge of base plate. r 11 12 K. Tie anchor bolts in position to embedded reinforcing steel 13 14 with wire. Tack welding prohibited. Coat bolt threads and nuts with heavy coat of clean grease. Anchor bolt location 15 tolerance: 1/16 IN. Provide steel templates for all column 16 anchor bolts. 17 �. 18 L. Install bollards in concrete as detailed. Fill with concrete 19 and round off at top of pipe. 20 21 M. Center stair nosings in stair width. 22 23 N. Accurately locate and place frames for openings before 24 casting into floor slab so top of plate is flush with surface 25 of finished floor. Keep screw holes clean and ready to 26 receive screws. r 27 28 0. Attach grating to end and intermediate supports with grating 29 saddle clips and bolts. r" 30 1. Maximum spacing: 2 FT OC with minimum of two per side. 31 2. Attach individual units of aluminum grating together with 32 clips or attachments at 2 FT OC maximum with a minimum of 33 34 two clips per side. 35 P. Paint ferrous metals in accordance with Section 09905. 36 37 Q. Coat aluminum surfaces in contact with dissimilar materials 38 in accordance with Section 09905. 39 r 40 END OF SECTION 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 City of Lubbock, Municipal Water Treatment - Contract 3 r, 05522-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91L02 SECTION 05522 01 02 ALUMINUM RAILINGS 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. SectionIncludes: 10 1. Aluminum railings. 11 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and 14 Conditions of the Contract. 15 2. Division 1 - `General Requirements. 16 3. Section 05505 - Metal Fabrications. 17 4. Section 07900 - Joint Sealants. 18 5. Section 09905 - Painting and Protective Coatings. 19 20 1.02 QUALITY ASSURANCE 21 22 A. Referenced Standards: 23 1. American Architectural Manufacturer's Association`(AAMA): 24 a. 605.2, Voluntary Specification for High Performance 25 Organic Coatings on Architectural Extrusions and 26 Panels. - 27 2. American Society of Mechanical Engineer (ASME): 28 a. Section IX, Qualification Standard for Welding and ' 29 Brazing Procedures, Welders, Brazers, and Welding and 30 Brazing Operators. 31 3. American Society for Testing and Materials (ASTM): 32 a. A36, Standard Specifications for Structural Steel. 33 b. A53, Standard Specifications for Pipe, Steel, Black 34 and Hot -Dipped, Zinc -Coated Welded and Seamless. 35 c. A320 Standard Specifications for Alloy -Steel Bolting 36 Materials for Low -Temperature Service. 37 d. A525, Standard Specifications for General 38 Requirements for Steel Sheet, Zinc -Coated 39 (Galvanized) by the Hot -Dip Process. 40 e. B108, Standard Specification for Aluminum -Alloy 41 Permanent Mold Castings. 42 f. B209, Standard Specification for Aluminum and 43 Aluminum -Alloy Sheet and Plate. 44 g. 8221, Standard Specification for Aluminum and 45 Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and 46 Tubes. 47 h. B241, Standard Specification for Aluminum and 48 Aluminum -Alloy Seamless Pipe and Seamless Extruded 49 Tube. 50 i. F593, Standard Specification for Stainless Steel 51 Bolts, Hex Cap Screws, and Studs. 52 4. American Welding Society (AWS): 53 City of Lubbock, Municipal Water Treatment - Contract 3 05522-2 01 a. C5.5, Recommended Practices for Gas Tungsten Arc 01 02 Welding. 02 �^ 03 b. D1.2, Structural Welding Code Aluminum. 03 04 5. U.S.Department of Labor, Occupational Safety and Health 04 05 Administration (OSHA): 05 r 06 a. 29 CFR 1910, OSHA Safety and Health Standards for 06 07 General Industry (referred to herein as OSHA 07 08 standards). 08 09 6. Provide rails complying with 1988 Uniform Building Code 09 10 and OSHA Regulations. 10 l 11 11 12 B. Qualifications: 12 �^ 13 1. Qualify all welders and welding procedures in accordance 13 14 with ASME Section IX and AWS C5.5. 14 15 15 r, 16 1.03 SUBMITTALS 16 17 17 18 A. Shop Drawings: 18 19 1. See Section 01340. 19 20 2. Plan showing profile and location of each railing, and 20 21 type of anchorage. 21 22 3. Product technical data including: 22 �- 23 a. Acknowledgement that products submitted meet 23 24 requirements of standards referenced. 24 25 b. Manufacturer's installation details. 25 26 26 j 27 27 28 PART 2 - PRODUCTS 28 29 29 30 2.01 ACCEPTABLE MANUFACTURERS 30 t 31 31 32 A. Subject to compliance with the Contract Documents, the 32 33 following Manufacturers are acceptable: 33 34 1. Non -welded pre-engineered railings: 34 35 a. Architectural Art Mfg. Inc. 35 36 b. ENERCO Metal Products, Inc. 36 37 c. Reynolds Metals Co., Architectural and Building 37 38 Products Division. 38 39 d. Alumaguard. 39 40 e. Moultrie Manufacturing Co. 40 41 f. Hollaender Structural Fittings. 41 42 g. J.G.Braun Company. 42 43 44 h. Universal Products, Inc. 2. Non -shrink setting cements: 43 44 45 a. Hallemite-Lehn and Fink Industrial Products Division. 45 46 b. Master Builders Inc. 46 47 c. Sonneborn-Contech. 47 48 48 49 B. Submit requests for substitutions in accordance with 49 r 50 Specification Section 01640. 50 51 51 52 2.02 MATERIALS 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 05522-3 01 A. Pipe: 6063-T6 aluminum, ASTM B241, Schedule 40. 01 02 02 03 B. Sheet and Plate: 6063-176 aluminum, ASTM B209. 03 04 04 05 C. Bars, Rods, Shapes and Tubes: 6063-T6 aluminum, ASTM B221. 05 06 06 07 0. Cast Fittings: Aluminum, ASTM B108. 07 08 08 09 E. Fasteners:. Stainless steel, ASTM F593, Type 303, 304, or 305 09 10 with minimum yield strength of 30,000 psi and minimum tensile 10 11 strength of 70,000 psi. 11 12 12 13 F. Sleeves: Steel pipe, ASTM A53. 13 14 14 15 G. Non -Shrink Setting Cement: Non -corrosive, non -shrink, 15 16 exterior grade grout. 16 17 17 18 2.03 FABRICATION 18 19 19 20 A. General: 20 21 1. Fabricate smooth and free of surface blemishes' including 21' 22 pitting, seam marks, roller marks, rolled trade names and 22 23 roughness. 23 24 2. Form exposed work with smooth, short radius bends, 24' 25 accurate angles and straight sharp edges. 25 26 a. Ease exposed edges to a radius of approximately 26 27 1/32 IN. 27 28 b. Form bent -metal corners to smallest radius possible 28 29 without causing grain separation or otherwise 29' 30 impairing work. 30 31 3. Form exposed connections with flush, smooth, hairline 31 32 joints. 32 33 a. Use recessed stainless steel screws or flush 33 34 stainless steel blind rivets: 34 35 b. Top rail splices and expansion joints shall be 35 36 located within 8 IN of.post or other support. 36 37 4. Provide for anchorage of type indicated on Drawings or as 37 38 required by field conditions. 38 39 5. Design railing and anchorage to withstand a 200 LB force 39 40 applied at any point, in any direction, without failure 40 41 or permanent set. 41 42 6. Custom fabricate pipe railings to dimensions and profiles 42 43 indicated on Drawings. 43 44 a. Fabricate railings of minimum 1-1/2 IN IO aluminum 44 45 pipe. 45 46 b. Provide 1/2 IN thick x 4,IN high toeboards at 46 47 elevated walkways and platforms where indicated on 47 48 Drawings and where required by building code. 48 49 7. Fit exposed ends of handrails with solid terminations. 49 50 8. Preassemble items in shop to greatest extent possible. 50 51 51 52 B. Non -Welded Railing Fabrication: 52 53 1. All railings to be pre -fabricated or component formed, 53 City of Lubbock, Municipal Water Treatment - Contract 3 7 05522-4 01 marked and sized for on -site installation. 01 02 2. Top railing to be single unspliced length attached to a 02 03 minimum of three posts where possible. 03 04 3. Posts and intermediate railings shall be single unspliced 04 05 lengths of pipe. 05 06 06 07 C. Finish: AAMA 605.2 AA M10C22A31 clear anodized. 07 [ 08 08 09 D. Sleeves: 09 10 1. Steel pipe with ASTM A36 steel plate welded to bottom. 10 11 2. Galvanized per ASTM A525. 11 12 3. Size as shown on the Drawings. 12 13 13 14 E. Expansion Joints: 14 15 1. Allow thermal expansion and contraction of railing while 15 16 still meeting design loading requirements. 16 17 17 18 F. weep Holes: 18 19 1. Fabricate 1/4 IN DIA weep holes in railing 1 IN above 19 20 walkway surface. 20 21 2. Provide in all exterior vertical posts set in concrete or 21 22 otherwise closed at bottom. 22 23 3. Provide at all other low spots in railing system. 23 24 24 25 25 26 PART 3 - EXECUTION 26 ., 27 27 28 3.01 INSTALLATION 28 29 29 30 A. Set work accurately in location and elevation. 30 31 31 32 B. Align railings prior to securing in place to assure proper 32 33 matching at butting and expansion joints and correct 33 ., 34 alignment throughout their length. 34 35 1. Space posts not more than 6 FT on centers. 35 36 2. Space wall brackets not more than 5 FT on center. 36 37 37 38 C. Install proper sized expansion joints based on temperature at 38 39 time of installation and differential coefficient of 39 .. 40 expansion of materials in all railings as recommended by 40 41 manufacturer. 41 42 42 43 D. Provide anchorage for posts in the following manner: 43 r; 44 1. Top of concrete walls, slabs, walkways, stairs and 44 45 removable railing sections: 45 46 a. Sleeves set into concrete 6 IN to centerline from 46 47 edge or centered. 47 48 b. Top of sleeve 1/4 IN below top of surface. 48 49 2. Metal stair stringers, walkways and platforms: 49 50 a. Furnish posts with minimum 1/2 x 2-1/2 x 6 IN 50 51 aluminum floor flange, welded to post, with 51 52 predrilled holes for bolting to surface. 52 53 3. Provide 1/2 x 2-1/2 x 6 x 0 FT-6 IN "L" shaped floor 53 1. City of Lubbock, Municipal water Treatment - Contract 3 " 05522-5 01 flange at corners and termination posts with predrilled 02 holes in each leg of the "L." 03 04 E. For non -removable railing sections, fill sleeves with 05 non -shrink setting cement to 1/4AN below top of surface, set 06 posts centered and strike off excess cement. 07 1. Calk around posts with sealant specified in Section 08 07900. 09 10 F. Provide removable railing sections where indicated on 11 Drawings. 12. 13 G. Anchor handrails to walls with wall brackets. 14 1. Provide brackets with not less than 1-1/2 IN projection 15 from finish wall surface to wall side of handrail. 16 2. Provide flush -type wall return fittings at handrail ends. 17 18 H. Anchor wall brackets with 1/2 IN stainless steel drop -in 19 anchors with stainless steel hex head bolts. 20 21 I. Anchor railings to beams and stair stringers with minimum 1/2 22 IN stainless steel bolts, nuts, and washers. 23 24 J. Coat aluminum in contact with dissimilar metal or concrete in 25 accordance with Section 09905. 26 27 K. Provide railings as required for stair construction 28 identified in Specification Section 05505. 29 30 END OF, SECTION City of Lubbock, Municipal Water Treatment - Contract 3 No Text (THIS PAGE LEFT BLANK INTENTIONALLY) 06100-1 01 91L02 SECTION 06100 02 03 ROUGH CARPENTRY 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY E 08 09 A. General work included in this Section: 10 1. All rough carpentry as indicated in Contract 11 Documents. 12 13 B. Related Sections include but are not necessarily limited 14 to: E.. 15 1. Division 0. 16 2. Division 1. j� 17 f 18 1.02 QUALITY ASSURANCE 19 20 21 A. Referenced Standards: 1. American Wood Preservers Association (AWPA): 22 a. Preservative and Pressure -Treatment Standards. 23 2. Underwriters Laboratories Inc. (UL): 24 a. Standards for Fire -Hazard Classification for f 25 Fire -Retardant Treated -Material. 26 3. Federal Specifications (F.S.): 27 a. Standards for Individual Products as noted. 28 4. Lumber grading rules and species: 29 a. Northern Hardwood and Pine Manufacturers r. 30 Association (NHPMA) 31 b. Southern Forest Products Association (SFPA). 32 c. Western Wood Products Association (WWPA). 33 5. Plywood grading rules and recommendations: 34 a. American Plywood Association (APA). 35 b. American Wood Preservers Institute (AWPI): 36 37 B. Miscellaneous: 38 1. Factory marking: 39 a. Identify type, grade, moisture content, inspection 40 41 service, producing mill, and other qualities specified. 42 b. Marking may be omitted if certificate of 43 inspection is provided for each shipment. r" 44 45 1.03 SUBMITTALS 46 47 A. Shop Drawings: 48 1. Product technical data including: 49 a. Acknowled9ement that products submitted meet 50 51 requirements of standards referenced. 52 53 PART 2 - PRODUCTS j� City of Lubbock, Municipal Water Treatment - Contract 3 r O1 02 03 04 05 O6 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 06100-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 21 28 29 30 31 32 33 34 35 36 31 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 2.01 MATERIALS A. Lumber (for Framing, Blocking, Nailers, Furring, Cant Strips, Grounds, and Similar Members): Comply with dry size requirements of PS-20, Douglas Fir WWPA No.3, or SFPA No. 1. 1. Thoroughly seasoned, well fabricated materials of longest practical lengths and sizes. 2. Free of non -correctable warp. 3. Discard material which would impair quality of work. B. Preservative -Treated Material: 1. Treated lumber standard: AWPA C-2. 2. Treated plywood standard: AWPA C-9. 3. Preservative treatment standard: AWPA P-5. 4. Kiln dry treated material to 15 percent moisture content. 5. Where possible, precut material before treatment. 6. Use salt preservative treatment on material used in conjunction with elastic sheet roofing (ESR). C. Anchorage and Fastening Materials: Proper type, size and material for application. PART 3 - EXECUTION 3.01 PREPARATION A. Verify measurements, dimensions, and shop drawing details before proceeding. 3.02 ERECTION/INSTALLATION/APPLICATION A. Attach work securely by anchoring and fastening as indicated or required to support applied loading. 1. Provide washers under bolt heads and nuts. B. Install roofing nailers as indicated: 1. Install per roofing manufacturer's recommendations. 2. Match height of nailers to insulation. 3. Anchor nailers to resist force of 75 PLF. 4. Use minimum of three anchors for each nailer with 1/2 IN vent spaces between lengths of nailers. 5. Install nailers over vapor retarder where indicated. C. Provide preservative -treated material for all materials used outside building, in roof, and below grade. END OF SECTION 01 02 03 04 05 06 01 08 09 10 11 12 13 14 15 16 11 18 19 20 21 22 23 24 25 26 21 28 29 30 31 32 33 34 35 36 31 38 39 40 41 42 43 44 45 46 41 48 49 50 51 52 City of Lubbock,.Municipal Water Treatment - Contract 3 h 06600-1 01 92A30 SECTION 06600 02 03 FIBERGLASS REINFORCED PLASTIC FABRICATIONS r 04 05 06 PART 1 - GENERAL �- 07 08 1.01 DESCRIPTION 09 10 A. Scope: Miscellaneous fiberglass fabrications including: 11 1. Basin weir plates. 12 13 B. Related sections included but are not limited to: 14 1. Division 1 - General Requirements r 15 16 1.02 SUBMITTALS r- 17 18 A. Shop Drawings and Product Data 19 1. Complete descriptive data for all products. 20 2. Dimensional drawings. 21 3. Weight. 22 23 24 PART 2 - PRODUCTS 25 26 2.01 PRODUCTS r- 27 28 A. General: 29 1. Plastic laminate: Polyester or other suitable plastic 30 reinforced with fiberglass. �. 31 a. Tensile strength at break: 14,000 psi minimum, 32 ASTM D638. 33 b. Flexural strength: 25,000 psi minimum, ASTM D790. 34 c. Tangent modulus of elasticity: 900,000 minimum, 35 ASTM D790. 36 d. Finished thickness: Within +/- 10% of nominal. r 37 2. Fasteners: 316 stainless steel. 38 3. Resin: Seal all surfaces of plastic laminate with 39 resin layer at least 5 mils thick. 40 4. Recoat resin: Obtain from resin manufacturer. ,. 41 42 B. Basin Weir Plates: 43 1. Molded type. 44 2. 1/4 IN thick, fabricated to shaped indicated on j 45 Drawings. 46 3. Top edge straight within 1/32 IN. ,.- 47 4. Provide at least 2 IN of horizontal and vertical I 48 adjustment. 49 5. Provide for expansion and contraction. 50 6. Recoat cut surfaces with resin. 51 52 53 PART 3 - EXECUTION �^ I City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 06600-2 O1` 02 3.01 INSTALLATION 03 04 A. General: 05 1. Recoat field cut surfaces with resin. 06 07 B. Basin Weir Plates: 08 1. Coat surfaces to be in contact with concrete with a 09 heavy coating of sealant before installation. 10 2. Adjust weir plates after installation to provide a 11 uniform overflow rate at all points. 12 13 14 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 06610-1 01 92E13 SECTION 06610 01 02 02 �, 03 FIBERGLASS FABRICATIONS 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Fiberglass grating. 11 ' 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 15 Conditions of the Contract. 15 16 2. Division 1 - General Requirements. 16 17 17 18 1.02 QUALITY ASSURANCE 18 19 19 7 20 A. Referenced Standards: 20 21 1. American Society for Testing and Materials (ASTM): 21 22 a. A320, Standard Specification for Alloy Steel Bolting 22 23 Materials for Low -Temperature Service. 23 b 24 b. E84, Test Method for Surface Burning Characteristics 24 25 of Building Materials. 25 26 2. U.S.Department of Labor, Occupational Safety and Health 26 27 Administration (OSHA): 27 28 a. 29 CFR 1910, OSHA Safety and Health Standards for 28 29 General Industry (referred to herein as OSHA 29 r• 30 standards). 30 31 31 32 1.03 SUBMITTALS 32 33 33 34 A. Shop Drawings: 34 35 1. See Section 01340. 35 36 2. Fabrication drawings showing location, profile, anchorage 36 37 and support. 37 38 3. Product technical data including: 38 39 a. Acknowledgement that products submitted meet 39 r. 40 requirements of standards referenced. 40 41 b. Manufacturer's installation instructions. 41 42 c. Materials. 42 43 d. Dimensions. 43 r 44 e. Load and deflection characteristics. 44 1 45 f. Flame spread laboratory report. 45 46 g. Corrosion resistance chart from resin 46 47 manufacturer. 47 48 4. Manufacturer's full line of colors available for each 48 49 component. 49 50 51 B. Samples: 50 51 52 1. Connections and flush fit connections, not less than 6 52 53 IN long. 53 r 4 City of Lubbock, Municipal Water Treatment - Contract 3 4. 06610-2 01 2. Grating section minimum 8 x 8 IN. 02 03 04 PART 2 - PRODUCTS 05 06 2.01 ACCEPTABLE MANUFACTURERS 07 08 A. Subject to compliance with the Contract Documents, the 09 following Manufacturers are acceptable: 10 1. Grating: 11 a. International Grating Inc. 12 b. Fowler Fiberglass Grating Inc. 13 c. Aligned FIber Composites. 14 d. IKG Industries. 15 e. IMCO Reinforced Plastics. 16 f. Fibergrate. 17 g. Chemgrate 18 19 2.02 MATERIALS 20 21 A. Gratings: 22 1. Resin: Premium grade isophtalic polyester, 707o glass 23 reinforcement by weight. 24 25 B. Fasteners, Clips, Saddles, and Miscellaneous Components: 26 1. Stainless steel, saddle clip type CBF. 27 28 C. Adhesive: 29 1. Recommended by manufacturer. 30 31 D. Anti -Skid Surfacing: 32 1. Manufacturer's standard. 33 34 2.03 FABRICATION 35 36 A. General: 37 1. All components shall be fire retardant, Class 1, ASTM 38 E84. 39 2. Preassemble items in shop to greatest extent possible. 40 3. Electrical conductivity: Zero 41 4. OSHA approved. 42 43 B. Grating: 44 1. System shall be designed for superimposed live load of 45 250 psf with a maximum deflection of 1/4 IN under a 46 superimposed live load of 100 psf. 47 2. Minimum depth: 1-1/2 IN. 48 3. Bar span: Maximum of 1-1/2 IN center to center. 49 4. Walking surface: Skid resistant. 50 5. Bearing bars and cross -bars to be fabricated at the same 51 time creating a one-piece type construction. 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 06610-3 r ( 01 PART 3 - EXECUTION 01 02 02 03 04 3.01 INSTALLATION 03 04 05 A. Install products in accordance with manufacturer's 05 06 instructions. 06 07 07 08 B. Set work accurately in location, alignment and elevation, 08 09 plumb, level, and true. Measure from established lines and 09 10 levels. Provide temporary bracing or anchors in forma1ork for 10 11 items which are to be built into concrete, masonry or similar 11 12 construction. 12 ,• 13 13 14 C. Attach grating to each end and intermediate support clip or 14 15 saddle with bolts, nuts and washers. 15 16 1. Maximum spacing: 2 FT OC with minimum of two per side. 16 17 2. Attach clips or saddles to bearing bars only. 17 f 18 18 19 D. File off cut ends of all fiberglass pieces to a 1/32 IN 19 20 radius. 20 21 21 22 E. Seal cut ends of all items with catalyzed resin as 22 r. 23 recommended by manufacturer. 23 24 24 25 END OF SECTION 25 City of Lubbock, Municipal Water Treatment - Contract 3 t (THIS PAGE LEFT BLANK INTENTIONALLY) 4wo 4e (qq q pe� 96( �,k 6 --