Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 5460 - Contract-Red River Construction Company-Ammonia & Chlorinating Facitlities SWWP - 04_10_1997
RESOLUTION NO. 5460 Item #27 April 10, 1997 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 with Red River Construction Company, of Plano, Texas, to install and furnish all materials and services as bid for the Ammonia & Chlorinating Facilities at Sandhills Water Well Production, attached hereto, 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 loth day of April �► •MAYOR ATTEST: Ka Darnell, City Secretary APPROVED AS TO CONTENT: . A- Eaw� Victor Kilman, burchasing Manager APPROVED AS TO FORM: Dlafiald G. Vandiver, First Assistant City Attorney da/ccdocs/redriver.res April 1, 1997 CITY OF LUBBOCK SPECIFICATIONS FOR AMMONIA & CHLORINATING FACILITIES AT SANDHILLS WATER WELL PRODUCTION BID #97053 CITY OF LUBBOCK Lubbock, Texas ITB #97053, Addendum #3 7 r- rw City of Lubbock P.O. Box 2000 Lubbock, Texas 7J457 606-767-2167 ADDENDUM #3 ITB #97053 Ammonia & Chlorinating Facilities at Sandhills Water Well Production MAILED TO VENDOR: CLOSE DATE: March 20, 1997 March 27, 1997 @ 4:00 PM Office of Purchasing The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITS documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The flowmeter for Section 13500 shall be a 42 inch Model No. XMFF112V41101004ER MagMaster Electromagnetic Flowmeters as manufactured by ABB Kent -Taylor Inc., or approved equal. The transmitter with keypad model number is MFER140111. This flow meter shall meet and exceed the following characteristics: Linearity: +/-0.50/0. Repeatability: +/-0.25% Accuracy: 0.1 feet per second to 7.5 feet per second +/-0.5 %. Operating temp: 0 to 60 degrees C. Operating humidity: 5 TO 95% Relative. Power requirement:: 120 VA. Enclosure: NEMA 4X 2. The Contractor shall cut the existing 42 Inch SCRC line, weld continuously two 125 lb. rated flange. Furnish all the necessary gaskets, bolts, and install the proposed flowmeter in a 6'W x 6'L x 10'H. 3. After the metering panel on Page 11 of 16 of the plans, the Contractor shall furnish and install a King Instrument Model 7710 with an optional 4-20 mA Transmitter, Gas Mass Flow Meter and Controllers from Sierra Instruments, Inc. or approved equal. This rotameter or Gas Flow Meter will be sized from 0 to 315 lb per day of ammonia feed. The 4-20 mA can then be an input to a totalizerfintegrator in the instrument panel for a total amount of ammonia feed in lb. The ammonia metering system shall be furnished by Triple F Controls, Capitol Controls, Wallace & Tiernan, Fisher and Porter or approved equal. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (606)767-2164 r 97053ad3.doc A. ITB #97053, Addendum #3 or Email to: LRitchie@mail.ci.lubbock tx.us THANK YOU, &uraie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR PROPOSAL r� Ir I 1 r r 97053ad3.doc City of Lubbock P.O. Box 2000 Lubbock, Texas 7J457 606-767-2167 ADDENDUM #2 ITB #97053 Ammonia & Chlorinating Facilities at Sandhills Water Well Production MAILED TO VENDOR: CLOSE DATE: March 121997 ITS 997053, Addendum #2 Office of Purchasing March 27, 1997 @ 4:00 PM The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please find the enclosed copy of the Prebid Conference sign in sheet. 2. The following manufacturers are approved for the different components of Chlorination and Ammoniation equipment: a. Capitol Controls b. Fisher & Porter C. Wallace & Tiernan 3. TNRCC has approved the plans and specifications for this project. It is the Owner's responsibility to ensure that this project is designed to comply with the TNRCC Rules and Regulations. The Owner's Representative will be responsible to send a copy of the as built plans and specifications to TNRCC upon the completion of this project. 4. The shall be no Chlorine Monitor in the Chlorine Scale Room (on page 6 of 16). The Chlorine Detector for that room will be the source to detect the presence of Chlorine gas in that Room. 5. The exterior for the Chlorine Gas Detector will be NEMA 4X construction 6. Section 01010, Page 2, Part 1.4, WORK UNDER THIS CONTRACT, Item A shall read as follows: "A. Install the flowmeter on the 42 inch line to measure flows from 1 to 45 MGD a according to Section 13500 - Flowmeters and according to the manufacturer's recommendation." 7. The Soil Investigation Report Included In this addendum Is for the sole purpose of reference only. The City nor the Owner's Representative Is not responsible for the accuracy of this report. The Contractor shall retain an Independent testing company to perform the soil test as called for in Part 1.5, B, 241 on Page 4 of Section 01010. 8. Section 01010, Page 4, Part 1.5 B, Contractor's Responsibilities shall read as follows: �- 1. Review Owner reviewed Shop Drawings, Product Data, and Samples. t 97053ad2.doc i~ ITB #97053, Addendum #2 2. Retain Professional Engineer registered in the State of Texas to design the following: 1. Structural - all the preengineered buildings (Chlorinator room, chlorine building, chlorine storage area, ammoniator building, and ammonia room), and footing design including all the reinforcement tie-ins to the slab of each building. ii. Geothechnical - Perform soil test and furnish report to the Owner Design footing sizes, depth, and connections to the slab. 3. Receive and unload Products at the site; inspect for completeness or damage, jointly with Owner. 4. Handle, store, install and finish Products. 5. Repair or replace items damaged after receipt. 9. Section 11345, Page 8, Part 2.10 TOTAL RESIDUAL ANALYZER. The total residual analyzer shall be Model 46780-02 CL 17 Total Residual Analyzer as manufactured by HACH or approved equal. Delete Wallace & Tiernan Depolox 3 Analyzer or equal. The Contractor shall pipe the effluent line from the total residual analyzer through the floor and into a french drain as shown on ADD - 8 of Addendum to page 15 of 16 of the plans. 1 10. Section 11346, Page 3, Part 2.1 D, Delete the requirement for Total Ammonia Analyzer to ! transmit a signal as designated to the control room to measure total ammonia content in the water. 11. Section 11346, Page 4, Part 2.2 C, All appurtenances shall be supplied for anhydrous ammonia service. Tank appurtenances shall conform to American National Standard K61.1. Tank appurtenances shall be located on the top of the tank unless otherwise indicated and include as a minimum, the following: 1. Dual Safety Pressure Relief with manifold. 2. Pressure Gage 0-400 psi. 3. Pressure Switches 0-400 PSI. g 4. 3" Dial Type Thermometer installed in a type 304 SS thermometer well. 5. Magnetic Level gauge. 6. Shut-off Valve. j 7. Vessel to be painted white. 8. Drain or bleed valve - located at the bottom of the tank. �.. 9. Fixed Level Gauge 10. Ammonia Vapor Valve. 11. Liquid Outlet valve - located at the bottom of the tank. 12. Gas Outlet Valve & Pressure Regulator. 13. Dual Liquid Feed pressure relief valve. i Delete Ladder and Platform that conform with O.S.H.A. requirements. 12. Section 11346, Page 4, Part 2.3 F, the gas pressure reducing valves shall be Capital Controls Model PRV861 A301 01, Wallace and Tiernan Model 50-185 or approved equal. r- 13. Section 11346, Page 5, Part 2.5 C, the metering tubes will be King Instruments, Wallace and Tiernan, or approved equal. 14. Section 11346, Page 7, Delete Part 3.5 UNLOADING STATION. The unloading station for this ammonia system will be part of the ammonia tank as item No. 8 of this addendum. r r 97053ad2.doc rrB #970Q, Addendum #2 15. The Alternate Bid shall include the following: Contractor shall provide positive drainage for the proposed paved road. Contractor may recycle and use the existing paving materials on site. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)767-2164 or Email to: LRitchie@mail.ci.lubbocktx.us THANK YOU, Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR PROPOSAL Ir enclosures 97053adZdoc 7 PLEASE PRINT PREBID CONFERENCE #97053 AMMONIA & CHLORINATING FACILITIES AT SANDHILLS WATER WELL PRODUCTION MARCH 4, 1997 @ 9:00 A.M. PURCHASING CONFERENCE ROOM L04 PIK AbflSS '.VTIVIREIt NiJIH131zR ; LAURA RITCHIE P.O. Box 2000 City of Lubbock City: Lubbock (806)767-2169 (806)767-2164 State, Zip Code: Texas 79457 Address: (moo i6; - Ui,& �C L k San �LFicir i Seo�J City: ? y 3 36 2 3 State, Zip Code: y� � Address: , r+ City: State, Zip Code: `0,'D oO74 Address: -b `t S 12, �IQI?'C•�III `,,�fiwc�r �'.� • City: Lubboc,k 71V7-01?2.8 T32-V-1-1? IC6 1-7,. State, Zip Code: 7k7f y 9 %'� S sv✓ � : Ira /rt � �L7D'/ #a n 1 n S Address: P 0.y a' -77y7 A,V70,-,1/v ( a4, ' Ob Sn L. City: State, ZipCode: 741141 ?7 I�� SSo vZ r V�4(tt' 1� �C t-F 2 r� Address: ,�_Q , 774- 6 (SUS} .l IU C . �'} A6 F— ErState City: M Apt rLL0 Zi Code: x 7 4- 3 jZ" 2765 Ste` �6 (,U / Y Stic i �u r� (. Address' 7/ob *�y-Z 80 S��-�t� city: g uo 9S¢� 3sz- gs..s-¢ State, ZipCode: o Iwo C /X ✓M•• Address' '7 / o & C- �- (�c� Srt City: W 0 3S z - ts; ¢/ 3S z —9ss-¢ State, Zip Code: o SCNEfL y2T .%vE Address: City: ( 711) Deal- 676 Moy 041 State Zi Code. D ` 5W—l�el i4nJ Address: t�c7x / 'y ( ) F`£�T,elG� 'i� '` Vt�LEt U ,psi, City: v dc4 state zip Code: Tx 7 �63-y�a3 jG3 -606� !�' u�,v� 3� rvt �a �� Address: W2 1 Vo City: I-AhAe i �A-/i�N��`° State, Zip Code: -r -74(7- f/r/ 7417•12 5- Address: City: Jw� State Zip Code: 7 T 94 7 I ` 9� S ,�ec Gael DD �44 o C11G �A Gl �d� Address: n.X ZC 7 44 (va) (91 Ic t1: City: d 4 0 C. S ci State Zi Code: �(" -)G Z - 04 j 6 Zvbhmk 6kj !ral�` � Address: ZI V A&v si j City' nerD Eo- ✓�-f 76-t - 7 70l I 7lnS - 77 a (e State, Zip Code: 79 VZ) 3 Address: City: NOTE: 1. INSTRUMENTATION AND POWER LINES FOR FLOWMETER IS NOT SHOWN ON THE PLAN. CONTRACTOR IS TO DESIGN AND SUBMIT THE INFORMATION AND POWER LINES TO OWNER'S 2. EXACT LOCATIONS OF FLOWMETER IS DEPENDENT ON THE MANUFACTURER'S RECOMMENDATIONS. 3 TAP EXISTING 8" AC WITH 6" TAP. BOOSTER PUMP OF THE CLORINATOR ROOM SHALL BE FED WITH PROPOSED 6" C-900 WATER LINE. D D 4. REMOVE EXISTING DRIVEWAY AND CONSTRUCT A NEW DRIVEWAY. ALL v m MATERIALS AND CONSTRUCTION FOR ASPHALT STABILIZED BASE AND HMAC o SURFACE SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STREET/DRAINAGE a ENGINEERING LATEST SPECIFICATIONS. D rn 5. CUT EXISTING 4" EXISTING PVC LINE TO EXISTING CHLORINE BUILDING. FURNISH N AND 80' OF 4" C-900 PIPE AND FITTINGS AS A BACKUP WATER SOURCE FOR PUMPS IN CHLORINE n ROOM. o� 0 6. TAP INTO EXISTING 8" AC WATER LINE FROM WELL 110. FURNISH AND INSTALL TO' OF 6" C-900 WATER MAIN AS THE PRIMARY SOURCE OF WATER FOR THE PUMPS. v z N T. TAP THE FIRE LINE ON THE TANK. FURNISH AND INSTALL 380' OF 4" C-900 LINE AS THE RECIRCULATION LINE. FURNISH 60' OF 1" SCHEDULE 40 COPPER TUBING TO CONNECT TO RESIDUAL METER IN CHLORINE ROOM. Q ADDENDUM TO PAGE 2 of 16 OF PLANS ADD - 2 l 4 �0 i I SEE NOTVi HMO. S N 1 \ Jr-, PROP.E'VALVE `!TREE a Box br �.g00 jalj.._ 1 A�PROP.4'VAL • `' .�••`a Box g ' 1 PROPOSED 4' r" 000, OLD CHLORINE FACILITY TO BREMOVED / C / PROPOSED 4' C-900 t ' � 1 � I I �\` 1 CONCRETE CHANNEL REPAIR r FOR LINE PLACEMENT .. l v / RECIRCULATION LINE SIMILAR TO \ I ` -CHLORINE SOLUTION LIVE DETAIL I.CONCRETE `•,-- r 1 r CHLORINE INJECTION POINT 'SHOULD DE SOUTH OF 42' LINE SEE DETAIL® 4" C-900 to Aramonia Building V L,0 Pp PROP-4' VE' ' Box PROPOSED is, - d' m a ENCASEMENT VITH C-900 EXISTING S MILLION GALLON RESERVOIR SEE TAPPING DET TAP THE EXISTING 4' LI 4'TAPPING SLEEVE AND V TYPE FIRE HYDRANT I �'' 9 ELECTRICAL NOTES O (2)-1"C. INSTALL 2.#12,#12GR IN ONE CONDUIT FOR LIGHTS IN FLOWMETER #2 VAULT. INSTALL FLOWMETER WIRING IN OTHER 1"C. a (2)-2"C. FOR CONTROL WIRING (3)-2"C, FOR CONTROL WIRING �q CONTROL J-BOX#2, 24"X24"X8", NEMA 4x CONTROL J-BOX#3,24"X24"X8", NEMA 4x MOUNT ON SIDE OF RESERVOIR © ELECTRIC SERVICE ENCLOSURE BY OWNER CD 4 #350MCM IN 3"PVC ® 4-#250MCM IN 2112"C. 0 CONTROL J-BOX#4,18x18x8, NEMA 4X ® CONTROL J-BOX#5,18"X18"X6 NEMA 4> NOTE: ALL J-BOX SS L___ L- L..._ L_� 1- - L.- L-L__ L..__:_ t_ t_ ' L_ L_ L_ I_ t- - L t.---' [__. ADDENDUM TO PAGE 3 of 16 OF PLANS ADD - 4 Ass EXISTING FLOWMETER _ eel VAULT E' PROPOSED 0 7 AMMONIA BUIL t i A�,Gt,4 ;' ✓ ® ORtp ��♦ 5�? i / PANEL :'PB' � ,, r E. I RA010 SNACK ADDENDUM i0 PAGE 3 °f -5 ADD E•, ex- 1 / •� , ` �„. _ •P ,E 3 BO�I f PANEBpi,� ' J 3814 1 Y PROPOSED +' oa00 j x ty ✓ / ` ,+ ' pRopOSED S ySOMC•9o0 �,, j . ,`• ter ` EIiCASE1E � 1 i . / OLD COLOR;NE FACILIT`f io SE fkEWWED SEE TAAPINO DETAIL . EXIS'11OG A' LINE S / SLEEVE VALVE .. , ZAP AND / 'TfPE "WpOSED 1 • 1 EXISIiNG 3 yiLl.l� CALLGi t pESERYD1R t CgANtE►• I !�1 l ADDENDUM TO PAGE 3 of 16 OF PLANS 30• o- 1 ADD 6 lay )o' CONCRETE , CHANNEL EE DETAIL CHLORIN INJECTION POINT / SHOULD BE SOUTH OF 42' LINE / Jda kc !*4A DRIVEWAY w (3)2'C. RUN ALONG \ • ' ,•. . THE WALL E� / :xISTING WAREHOUSE • ! 9 .� \ �, r, \ THE WALL. \ /CONTROL ROOM fAS STATION 6t+5%" (I US STATION - __ •_ . 3 SEE OLD DRAWING 7. SO' !17 "`3816 �3e1S .'EXIST. 'CONDUIT TIE 1 0 THE EXISTING ELEC ICAL LINES END OF PROPOSED PAVEMENT r� 6o, ADDENDUM TO PAGE 3 of 16 OF PLANS ADD I Elm 1, qmm, .............. r 0 E1.EGtK i G fAN 4 OAMPEK i-�.scwsr�o � f..._ zo• ----f 0 111% = - ---- -- -- Q Z N .�L a "l CLE GONN00f I ON rtw its toLs If / AUX tON GONtAINO AI-VO 12. OIA 6GALE iN01GAtOK LVE tYP i GAL �,GG-282f, K6•24#/ HYO H06E (tYP I GAL 2) V00 M M WO VAtVO VAM SfCTION 50 .. •) ., . v f L4 GfK ROOM '0- 6'0- TO- I Yi- 1 20'6' 1 3.4' WOODEW ROOF -AND GALVANIZED METAL CONSTRUCTION RESIDUAL METERS r .o.- T •. _ 10" REINFORCED CONCRETE U � L �l Foam Insu ation o •� 0 /T%% j�I // PAVED ROAD '-�c a 46 French Drain 2 Sc.HfU4$- 40 WG �u • s � 4.� Q •c Ij, v - JL >v�v n Mz 00 � v v� o �a 'T, N ;O x� �o Or cn C O t" M H t7i w 9or r PIR ADD-9 F SOILS REPORT r TO BE USED FOR REFERENCE ONLY CONTRACTOR SHALL PERFORM THEIR OWN SOIL TEST AS NEEDED FOR THE DESIGN OF THE FOUNDATION STR 1105 SOIL INVESTIGATION Chlorinating Ammoniating Facilities Sandhill Well Field, Muleshoe, Texas PRESENTED TO Mr. Soo Koon Soon, E.I.T. Lubbock Water Utilities Engineering 1625 13th street, Room 107 Lubbock, Texas 79401 July 19, 1994 TERRA ENGINEERS, INC. 6208 34 th STREET • LUBBOCK • PHONE (806) 793 4767 • FAX (806) 793 4768 MAILING ADDRESS: P.O. BOX 16605 * LUBBOCK • TEXAS 7949D4W5 F TERRA ENGINEERS, INC. 5208.34THSTREET P.O. BOX 16605 - LUBBOCK, TEXAS 79490-6605 - (806) 793-4767 - FAX (806) 793-4768 July 19, 1994 Mr. Soo Koon Soon, E.I.T. Lubbock Water Utilities Engineering 1625 13 St. Street Lubbock, Texas 79401 Re: Geotechnical Investigation for the Chlorinating Ammoniating Facilities, at Sandhill Well Field. Muleshoe, Texas. Dear Mr. Soon: Submitted herein is STR No. 1105 on the soil investigation for the above mentioned project in Muleshoe, Texas. Included in this report are our analysis and recommendations for foundation design. We appreciate the opportunity to be of service to you on this project. If we may answer any questions or be of any additional assistance, please call us. Sincerely, Terra Engineers, Inc. YGovindan, Ph.D. General Manager, Operations SOIL INVESTIGATION - MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES - NOT SOEL INVESTIGATION Chlorinating and Ammoniating Facilities Sandhill Well Field Muleshoe, Texas INTRODUCTION This report contains the results of the soil investigation recently done for the proposed Chlorinating and Ammoniating Facilities at SandhiIl WeII Field, Muleshoe, Texas. This investigation was conducted according to the instructions from Mr. Soo Koon Soon, E.I.T., Lubbock Water Utilities Engineering, Lubbock, Texas. This investigation consisted of subsurface exploration, laboratory testing and engineering analysis and recommendations. EXPLORATION, SAMPLING AND FIELD TESTING Four test holes were drilled to a depth of 20 feet, at the location shown in the boring location plan, (Figure 1). The drilling was performed using CME-75 Drilling Rig with hollow stem augers in order to secure reliable data on the natural moisture content of the soil and ground water, if any. Standard penetration tests were made at depths of 2.5, 5.0 feet and at 5.0 feet interval thereafter. The number of blows per foot of the split spoon sampler (in 6 inch increment) are shown in the boring logs and in Figure 2. The TERRA ENGINEERS, INC. t sampling was performed in accordance with the ASTM D-1586; however we limit the number of blows on the split spoon sampler to a maximum of 25 for the first 6 inches of penetration and if the penetration of the sampler for the first or the second 6 inches increment is less than 6 inches, we report the actual penetration obtained for the respective increment in the boring logs. The changes in soil strata as observed during drilling operations were carefully determined and are shown in the boring logs. All soil samples were kept in moisture - proof plastic bags to preserve the in -situ moisture content, identified by the hole number and the depth of the hole, and transported to the laboratory for additional tests and evaluation. No water table was observed in all the four test holes. LABORATORY TESTING All samples have been classified following the procedures outlined in ASTM D 2487/83, (ASTM 92 volume 4.08 pages 403-407), "Classification of Soils for Engineering Purposes", using the Unified Soil Classification System. Soils are described in rhP boring logs using the methods prescribed in ASTM D 2488, "Description of Soils I Manual Procedure)", using Munsell Soil Color Chart, published by Macbeth Dn of Kollmorgen Corporation, Baltimore, Maryland, 1975 edition. Soil samples which indicated maximum plasticity characteristics were selected ,tterberg Limit tests were performed on these samples according to procedures !d in ASTM D 4318. Percentage by weight of material passing sieve # 200 were lined by ASTM D 1140 for the same samples. Moisture content tests were made on nples by the procedures of ASTM D 2216. DESCRIPTION OF THE SOIL The soil is a brown silty sand that exists for a depth of 19 feet in the first two test holes while it exists to a depth of 14 feet in the 3rd and 4th test holes. The percentage of fines passing sieve # 200 varies from 7.2 to 38 and in most instances, it is about 20 %. This soil is non -plastic. Below the top soil, there is gray sandy lean clay which has a plasticity index equal to 14. Below this silty sand, there is a layer of clayey sand in the first two holes, while there exists a layer of clayey sand and sandy clay in test holes 3 and 4 at depths of 14 to 19 feet respectively. The values of the plasticity index of the clayey soil samples collected are too low and therefore the soil is considered as non swelling. The details of the soil layers and their N-values are given in the boring logs. The soil exists in the area in such a form that it is very difficult to obtain Shelby tube samples for unconfined compression tests. For this reason, we perform Standard Penetration Tests at each depth. The N-values of the soil are reported in the boring logs from which one can judge the relative strength of the soil layers. It can be easily noticed that the N-values of the soil from top to the bottom of the holes are extremely poor. BEARING CAPACITY It is reported that the proposed structure is a lightly loaded single storied buildings. Because of the existence of very cohesionless soil with very low penetration results, it is recommended to use continuous footings that is structurally connected with the slab on grade. It is further recommended to scarify and compact the top soil for a depth of 8 inches. The compaction shall be made such that its compacted dry density shall be not less than 95% of the maximum dry density as determined by the ASTM D- 698. If the top soil being cohesionless not susceptible to easy compaction, some sandy clay may be added to the surface soil. The combined plasticity index shall not be greater T ERRA ENGINEERS. INC. !i than 12. After compacting the surface of the soil for the placement of the slab, the footings can be excavated. The depth of the continuous footings shall be 2.5 feet below the existing ground level. The vertical soil bearing capacity for spot or continuous footings at this depth is recommended as 1000 psf. It is further recommended that the soil below the footing for a depth of six inches, is compacted using some vibratory type hammers. Even though the applied loads are small, it will be beneficial to design the foundation system as a small mat foundation. The above bearing value at 2.5 feet is recommended such that the maximum total settlement of the footings at the recommended pressure will not exceed one inch. The soil that exists at the top is very susceptible to loss of strength when inundated with water. Provision of flower beds very close to the foundation system is not recommended as the soil can loose strength when subjected to too much moisture. Good drainage around the building is necessary to maintain good bearing for the soil. PREPARATION OF THE SURFACE SOIL This recommendation is made if the existing ground elevation is increased for the foundation system. It is recommended that the top 8 inches of soil be cleared from debris, roots and vegetation, if any, and compacted. The compaction can be achieved by scarifying the top 8 inches of soil and compacting it. The compaction has to be done such that the compacted dry density shall be at least 95% of the computed laboratory dry density obtained by the ASTM D 698 test. If the ground elevation has to be increased, the soil fill has to be placed on the top and compacted such that each compacted layer must not exceed 8 inches in thickness and the compaction has to be performed as per the above specification. If the transported soil is different from the existing soil, then the soil has to be tested for Atterberg limits and the maximum dry density and optimum moisture TERRA ENGINEERS, INC. F r content has to be determined. The liquid limit and plasticity index of the transported soil shall not exceed 35 and 12 respectively. The new layer shall be placed only after the bottom layer has been compacted and tested for the required densities. The above observations and recommendations are based on the soil samples collected from the four test holes drilled as directed. If in any case, during excavation, any weak spots or possible variation of the soil is found, please feel free to call us. ,� '�P��•'�•T�yj� �Respectfully, submitted;. �• ••-���+i�1ti'cl� • 1 � ; s' '.`�, / Terra Eng�eerS,,�Inc �} 'w.� ~.• �w C. . G. Vallabhan, Ph.D., P. E. V Geotechnical Engineer /7TA: Lei 1: 14 4.-Im UNA 0 5 10 a� 15 CD 0 s t 20 CL 25 30 35 No. of blows per foot (N) 0 10 20 30 40 50 _0 SH #1 -x 8H #2 i BH#3� oBH #4 Note: An arrow indicates N is greater than 50 blows/ft. Figure 2 Standard Penetration Test ASTM D-1586 Method of Sampling: AS7M D-IS86, Split -Barrel Sampler Size of Sampler: 2-in. Method of Drilling: Wet -_ Dry �L Method of Advancing Sampler: 140 lb. Hammer. 30-1n. drop TERRA ENGINEERS, IN( x lole #4 le 3 Figure 1. Chlorine and Ammonia Facilities Sandhill Well Field Muleshoe, Texas I..11 11t 11.1_ .%l P. 1 Project Location Sandhill Well Field Muleshoe. Texas urface Iaevatiun Depth Diameter S 20' 7 7/8 ClientLuhiwck Water Utilities Engineering HORLMIF L(Ar Date of Drilling 06.24.94 3oring Method STR No. NSA CME 1105 Depth of G M-pth I lkx�ri lion p USC Moisture Content % Liquid Limit % I Plastic Limit l Plasticity Index I*sming Su.21M) Sieve Si"I- s... orni.— G.r each 6" 151 2nd Jrd Remarks TS Silty Sand w/gravel Brown SM 2.2 Non- Plastic 19.1 2.5 Silty Sand Brown SM 3.5 3 3 2 5 I Siltv Sand Yellow Brown SM 4.5 NOun- Plastic 7.2 2 2 4 10 Silty Sand Lioht Yellowish Brown SM 12.8 Non- Plvtic 25.5 3 6 6 1 15 Silty Sand Pale Brown SM 11.1 5 7 2 120 Silty y Clayey Sand w/caliche Reddish y SC- 12.1 25 21 4 42.3 5 11 18 Yellow SM L25 I 30 35 , 40 45 tj TERRA ENGINEERS, INC. J [n:dhill Well Field 1 ` Surface Elevation Client Lubbock =ter try r Location Muleshoe. Texas icl'idmi 1.<l(; ate of Drilling; )epth Diameter Boring* Method 20' 17 7/8*1 1 HSA CME STR No. 1105 Depth of GWT Depth Ft. Description �jgC �foisiure Content % Liquid Limit % Plastic Limit % Plasticity Index Passing Nn. 2011 Sieve SPT Na. of Blows for each 6" Remarks Is[ 2nd 1rd TS Silty Sand w/gravel some organics SM 1.5 Brown 2.5 Silty Sand Brown SM 5.2 von- Plastic 11.5 2 2 2 5 Silty Sand Yellow Brown SM 5.0 2 2 5 10 Silty Sand Light Yellowish Brown SM 8.4 von- Plastic 11.2 4 5 5 15 Silty Sand Pale Brown SM 12.0 3 4 4 20 Silty Clayey Sand w/trace of caliche SC- 13.5 26 21 5 55.4 3 5 8 SM 25 30 35 40 45 I :ti 1' HULL•' `O. 3 ! Project tit Idhill Well Field urface Elevation Dep 20, ent I . bhvck Water Utilites Eng;ineerin; Depth glut. Description Location Date of Drilling; Muleshoe. Texas (16-24-94 Diameter Boring Method YFR No. 7 7/8 HSA CIME I IOS Depth of GWT v$r �loiuure liquid 111 c%ic 1'lu.l.vu)I•A.NsI{ tii•i' Remarks Gmlent Limit Limit IuJca \u, .5. \.., of in.... % tb % sictr I fur essell 6- '7 Silty Sand w/cemented caliche Light SM 2.9 !ion- Plastic 26.4 t '-•S Brown Silty Sand Brown SM 2.8 1 2 2 Silty Sand Brown SM 5.2 Non- Plastic 11.2 2 2 2 i G PW Silty Sand Brown S�1 16.8 3 5 8 IC I r � I 15 Clayey Sand w/trace of caliche Light SC 15.0 24 15 9 43.2 2 2 3 r„ Brown © Silty Clayey Sand Brown SC- 12.5 4 8 9 SM L2S l30 3S 40 I. TERRA ENGINEERS, INC. r "T HOLE NO. 4 •oject 1. _,ndhill Well Field surface Elevation Der r 20P } li—en t Lubbock Water Utilites En ineerin FCpth F" 't• i Description BORLNG LOG i Date of Drilling e. Texas 06.24-94 Diameter Boring Method STK No. 7 7/8 HSA CME 1105 Depth of GW1' �loisiure Li4uid Plastic Plasticity I'accing Sill' us Cunlml Limit Limit Nu.21N1 No.u(Rlurs Remarks Index at, Mrs r..r �a�n c• 1st 2nd Jrd s '-•S i k, 1 0 i Ir, a Silty Sand w/gravel & organics Brown Silty Sand Brown Silty Sand Brown Silty Sand Brown SM SM SM SM 2.5 2.2 4.7 13.6 Non- Plastic 38.4 2 2 4 1 3 6 2 5 8 � 15 Sandy Lean Clay Light Brown CL 14.3 27 11 16 65.0 6 9 12 'ram r f � I !0 Silty Clayey Sand Brown SC- 11.0 21 15 6 37.5 5 5 7 L SM LIS 30 35 i I 40 4 City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 806-767-2167 7 7 w, l ADDENDUM #1 ITB #97053 Ammonia & Chlorinating Facilities at Sandhills Water Well Production MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ITB #97053, Addendum #1 Office of Purchasing March 7, 1997 March 13, 1997 @ 2:00 PM March 27, 1997 @ 4:00 PM The following items take precedence over specifications for the above named Invitation to Bid (ITB). r Where any item called for in the ITB documents is supplemented here, the original requirements, not I affected by this addendum, shall remain in effect. 1. The Close Date has changed From: March 13, 1997 @ 2:00 PM To: March 27, 1997 @ 4:00 PM a. . All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)767-2164 or Email to: LRitchie@maii.cl.lubbocktx.us THANK YOU, Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM 1MTH YOUR PROPOSAL r Ir ! 97053ad1.doc CITY OF LUBBOCK INVITATION TO BID FOR TITLE: AMMONIA & CHLORINATING FACILITIES AT SANDHILLS WATER WELL PRODUCTION ADDRESS: LUBBOCK, TEXAS BID NUMBER: 97053 PROJECT NUMBER: 9751.9226 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS SPECIAL CONDITION r• i. T f' i b l NOTICE TO BIDDERS i� {. ri r r, t, NOTICE TO BIDDERS 1.. BID #97053 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the I 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 13th day of March. 1997, 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: i "AMMONIA & CHLORINATING FACILITIES AT SANDHILLS WATER WELL PRODUCTION" r After the expiration of the time and date above first written, said sealed bids will be opened in the office of the I Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager r- 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 27th day of March, 1997, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price ` exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carving a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on 4th i day of March, 1997, at 9:00 o'clock a.m., in the Purchasing Conference Room L-04, Lubbock, Texas ' Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. r The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. r� ' The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings i and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at r- (806) 767-2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK r r VICTOR KILMA PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. i GENERAL INSTRUCTIONS TO BIDDERS 7 F GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the AMMONIA & CHLORINATING FACILITIES AT SANDHILLS WATER WELL PRODUCTION. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. r- 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. r 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. i 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806)767-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 270 (TWO HUNDRED SEVENTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by j the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 6. PAYMENT �•• All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 7. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 8. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until '— incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to -- procure a satisfactory project. 9. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 10. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all, means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. — (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. r 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the ( project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. r 14. BARRICADES AND SAFETY MEASURES I The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, �,.. and shall take such other precautionary measures for the protection of persons, property and the work as may be p necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, l and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 15, EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all i cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, ,., or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given ,.. sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their j property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 16. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the t.. work is in progress under this contract. The successful bidder shall be required to furnish the name, address and f telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. d 17. INSURANCE t The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. r+ The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all — proof of coverage insurance documents including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than -- specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days.prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit _ shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. W ro } 22. 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 ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or fumish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. if a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (0 General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. Q) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 23. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of -- Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to -- complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. i r r r BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: Lubbock, Texas DATE: March 13, 1997 PROJECT NUMBER: 97053 - AMMONIA & CHLORINATING FACILITIES AT SANDHILLS WATER WELL PRODUCTION Bid of Red River Construction Company (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a n Ammonia and Chlorinating Facilities at Sandhills Water Well Production having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE BID : Construction of Chlorine & Ammonia FacilitiesatSandhiil Well Field, as specified herein. T" MATERIALS: 1%je- UtmJrdev--b �1-I-otY�db�e� 1_/6t w. --v—S ($ S00_r odo, C)O Gov t� TOTAL BASE BID: o2,+rr-> T teTY N+w ►,rz.�c�1 45"t ,0�co, oeo Kr ALTERNATE BID: Removal of existing paving and construction of a new driveway. All material and construction for asphalt stabilized base and HMAC surface shall be in conformance with the City of Lubbock Street and drainage engineering specifications. The minimum paving section for the alternate bid shall be as follows: 12" prepared subgrade compacted to 95% standard proctor density at optimum to 2% above optimum moisture. 9" asphalt stabilize base. 1.5" Type C HMAC Surface. Construction and materials shall meet City of Lubbock current paving specifications. MATERIALS: 00,3ETyg�:.7� �i.$- d2.S SERVICES: `"� Eol �N "��! f.�lErs 1 lea CX4.W-D-�b�o V ($�1-i �E�V • V�J ) r,7 TOTAL ALTERNATE (Q�RS (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 270 (TWO HUNDRED SEVENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees t_ . pay to Owner as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general 7nditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. 7 The undersigned Bidder hereby declares that he has visited the site of the worts and has carefully examined the tplans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work Fn which he has bid; as provided in the contract documents. 6 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or 7rtified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, yable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for not applicable Dollars ($ r Ja ) or a Bid Bond in the sum of five percent of amount bid Dollars ($ 5% of amolMt bid hich it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by he Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check �r bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Authorized Signature Dean Porter, Chairman (Printed or Typed Name) Red River Construction Company Company 1506 Capital Avenue, Suite 200 Address Plano Collin City, County Texas , 75074 State Zip Code Telephone: 972 - 578-0127 Fax: 972 - 578-1043 r (Seal if Bidder is a Corporation) ATTEST: r�) '1' 92k�� Secretary Vicki Porter r 1' LIST OF SUBCONTRACTORS Minority Owned Yes No �d- L �sovJ�Y ❑ X ❑ �. L%<Dti C v, 4tc.Z ❑ 0 0 ❑ ❑ Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENT'S, That we, Red Rivpr _onc ru _ ion Co., Inc., as Principal, hereinafter called the Principal, and the Ammeat Su X .'' ne Insurance Co pa, a Corporation created and existing under the laws of the State of Ndmka, whose principal office is in WQodland.,1111s- CA, as Surety, hereinafter called the Surety, are held and firmly bound unto S'litv d L-uhka iM, as Obligee, hereinafter called the Obligee, in the sum r of Five prcot(5%) oft 1e a.. nonnt bid Dollars ( $---------), for the payment of which sum, well l and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into t 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 biddings 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. Signets and sealed this M day of fib, A.D. 1922. Attest: Red River Construction Co., Inc. (Principal) By: By (SEAL) She yl Ca hey, Witness Dean Porter, Chairman Fwitness: .(Approved by the American Institute of Architects, I.A. Document No. A-310, 1970 Edition) .orm 5-32664 Printed in U.S.A. 12-70 td r Amivest Surety Insurance C(� p By rence Brown, Attorney -in -Fact (SEAL) F EXPIRATION DATE POWER NUMBER READ CAREFULLY This document is printed on white paper containing the artificial watermarked logo () of Amwest Surety Insurance Company (the "Company') on the front and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at (214) 580-8666 constitute and appoint: LAY;nNCE BROWN AS AN EMPLOYEE OF TUCKER AGENCY. INC. its true and lawful Attorney -in -fact, with limited power and authority for and on behalf of the Company �toixecute ale affix the seal of the company thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for n Miller A o r perfo bo or other written obligations in the nature thereof as follow. Bid Bonds up to $**1,000,000.00 \v) Contract (Performance & Payment), Court, Subdivision S * 62,500,000.00 License & Permit Bonds up to $*****50,000.00 MIscSman Business Bonds is to ion Guaranteed � Small Business Administration Guaranteed Bands up to 5•**•250,000.0!0��,� ,�,),, and to bind the company thereby. This appointment is made under and by auduRFY�e By-Lay+riv�re 'm'pA ch are now in full force and et%ct 1, the undersigned secretary of Amwest Surety Insurance Company, a Ne corporation DO BY TIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the ons f the Board fo on this Power of Attorney, and that the relevant provisions of the By -Laws of the Company, are now in full force analikEily,— Bond No. Signed & sealed thi o Y�`►`H L / - elt it elt iF +It UIIONS O DIRECTORS iF +tr elt elt +It +It elt it elt This POA is signed and sealed by facsimile under d by autho ' o tnow o utions adopted by the Board of Directors of Amwest Surety Insurance Comparry at a meeting duly held on December 1975: RESOLVED, that the President or any ent, in nlunc wit Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the ins me i ncin ' tment'2ac case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakin ccs, rp obl iga s of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any POA previously gran rson. RESOLVED FURTHER, that an d, unde gn' cc suretyship obligation shall be valid and bind upon the Company: (i) when signed by the President o any Vi r an and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or arty dent or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or ag o (ill) when duly executed and seal (if a requi>, one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney iss ompany to suc person or persons. RESOLVED FURTHER, that the se na of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and delery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 14th day of December, 1995. 0*1 John E. Savage, PreAdent Karen G. Cohen, Secretary State of California County of Los Angeles On December 14, 1995 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me all that helshefthey cu=ted the same in hislherttheir authorized capacity(ies), and that by hiAcrhheir signature(s) ��enLlh e`r,�n(, o he t on e of which the non(s) acted, executed the instrument WITNESS hand and official seal. KIDOYdMON C 0nVf rtiotll tf10f> = ����� asp OR,9`9 `'�. e� Notary Pubic — Cdliomla G �' yC1 �cL Signature (Seal)` lOa Ar1QMM Ctxrnly IS �` 1[15 e ' . Lofton, Notary Pu My Comm. bq*ftAU9b.IM N1? DEQ14, jA€ t-� 1995 ;f V * )MI PAYMENT BOND i BOND CHECK BEST RATING 4 LICENIFBY EXAS DkTE .,1.." F STATUTORY PAYMENT DOND PURSUANT TO SECTION 2253.021(e) OF THE TEXAS GOVERNMENT CODE r (CONTRACTS MORE THAN $25.000) 1. Red River Construction KNOW ALL MEN BY THESE PRESENTS, that Co. , Inc. �.. (hereinafter called the Principal(s), as 1.7 Princlpai(s), and Amwest Surety Insurance Company hereinafter called the Suret �V held a d t bou d unto the City of Lubbock (hereinafter called the Obligee), in tho amount of one s un� i�tvC��n"tttous�nc�ollars ($ 939, 900..00) lawful money of the United States for the payment whereof, the saki Principal and Surety bind themselves, and their heirs, administrators, r executors, successors and assigns, jointly and severally, firmly by these presents. l WHEREAS, the Principal has entered Into a certain written contract with the 0 ti ee, dated the loth day of April , 19 97 , to —Bid #97053— Ammonia & Chlorinating Eaci. ides at Sands Water Well Production L and said Principat under the law is required before commencing the work provided for in said contract to execute a bond t in the amount of said contract which oontract Is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OULIGATION IS SUCH, that if the Bald Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for In said 7 contract, then, this obligation shall be void; otherwise to remain In full force and effect; 4 PROVIDEO, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253,021(a) of the Texas Government Code, and all liabilities on this bond shall be determined In accordance with the provisions of said Article to the same extent as if it were aapled at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this Instrument this 10th day of April. 19 97 Awest Surety Insurance Company 't �w (tltle) Lawrence Brown Atto'rney-in-Pact: Red River Construction Co., Inc. Principal By: (Title) Dean Porter, Chairman E3y: Ride) By: (title) The 4rderslgncd surety company represents that It is duly qualified to do business in Texas, and hereby designates Howard Cowan 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. Approved as to form: Cily of bbock By: it A torney Amwest Surety Insurance Company Surety / ./fit/ (Title) Lawrence Br-owa • _ . Attorneys Jli Z `a - � J Note: If signed by an officer of the Surely 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 tract, we must have copy of power of attorney for our files. PERFORMANCE BOND BOND CHECK BEST RATING LICENS D IN TEXAS DINE ti BY l' sTATUTORY FERFORMANt:E BOND PURSUANTTO SECTION 2253.021(a) OF THE TEXRS GOVFRNMENT CODE (CONTRACTS MORE THAN $100,000) Bond f1327321 Red River Construction Co., Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter calved the Prfncipal(s), as PrIncipal(s), and Amwest Surety Insurance Company (hereinafter called the Sure is a Su eta ) f�if eld wind f'� 6oun unto the ci of Lubbock (hereinafter tailed the i�b �tunl� x +� t� r., na usan ty Obligee), in the amount of mina hiiiiiir'X -A` n YQR --- ollars ($939, 900. 00 ) lawful money of the United states for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severaily, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obtieee dated the 10aday of April g 97 to Sid #97053 Ammonia & Chlorinating Facilities at Sandhills Water Well Production and said principal under the law is required before commencing the work provided for in said contract to execute a bond In the amount of said contract which contract Is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION iS SUCH, that If the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void: otherwise to remain in full force and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to the provisions of Section 2253,021(a) of the Texas Government Code, and all liabilities on this bond shall be determined In accordance with the provisions of said article to, the same extent as if it were copied at length herein. iN WITNESS WNEREOi=', the said Principal (s) and surety (s) have signed and sealed this Instrument this loth day of April , 79 97. A;iti�r4st -sits y"'Insurance Company Red River Construction Co„ Inc. Princi Al r (Tit* Lo arerice Brown (Title) Dean Porter, Chairman t _ Attbrney-in-Fact By, (Title) By, -- - - (Title) r r The undersigned Surety company represents that it Is duly qualified to do business In Texas, and hereby designateSHoward Cogan an agant resident in Lubbock County to whom any requisite notices may be delivered and on whom servlce of process may be had In matters arising out of such suretyship. Approved as to Form City of Lubbock Y� Cit Attorney Amwest Surety Insurance Company Surely Y• (Title) LaWftnze Frown ` At;t~affiey-inTB;�G _ _._. • Note; If signed by an officer of the Surety Company, there must be on file a certified extract from the by -taws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power or attorney for our riles. F EXPIRATION DATE POWER NUMBER O READ CAREFULLY This document is printed on white paper containing the artificial watermarked logo (A ) of Amwest Surety Insurance Company (the "Company") on the front and brown security paper on the back, Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No representations or warranties regarding this POA maybe made by any person. This POA is governed by the laws of the State of California and is only valid until the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at (214) 580-8666 constitute and appoint: LAWRENCE BROWN AS AN EMPLOYEE OF TUCKER AGENCY, INC. ,a its true and lawful Attorney -in -fact, with limited power and authority for and on behalf of the Company sur toTxecute eft affix the seal of the company thereto if a seal is required on bonds, undertakings, recogn vanes, reinsurance agreement for a Miller A o r perfo n bo or other written obligations in the nature thereof as follow: Bid Bonds up to S••1,000,000.00 \♦./) Contract (Performance & Payment)6 Court, Subdivision S'•2,5W,000.00 License & Permit Bonds up to S••••'50,000.00 /. Smallurines Bonds up to ion Guaranteed Small Business Administration Guaranteed Bonds up to S'•"230,000.00�\7. and to bind the company thereby. This appointment is made under and by au a By -La e in v>ZElich are now in full force and effect - I, the undersigned secretary of Amwest Surety insurance Company, a Ne corporatio BY RTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the re ons f the Board 1144—f-fthon this Power of Attorney, and that the relevant provisions of the By -Laws of the Company, are now in full force an 00 Bond No./ 7.3 Z"I Signed & sealed thi Karen G. Cohen, Secretary tit ilt tit & +It tit & tit ONS O DIRECTORS * tit * tit * * * * & This POA is signed and sealed by facsimile under nd by autho ' o t owi lutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 1975: RESOLVED, that the President or any . ent in n�unc wi Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the ins me vi end po' tment ' acllcase, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertaking , ces, ip obligas of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any POA previously gran on. 11 RESOLVED FURTHER, that an rid, and gnce uretyship obligation shall be valid and bind upon the Company: (i) when signed by the President o any It si an and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or any 'dent or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey-in-fact or age o (iii) when duly executed and seal (if a requir one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issu ompany to suc person or persons. RESOLVED FURTHER, that the at na of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and del' cry of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 14th day of December, 1995. oat& 4!r John E. Savage, Pre dal ent Karen G. Cohen, Secretary State of California County of Los Angeles On December 14, 1995 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or ff€ proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the "same in his/her/their authorized capacity(iesX and that by his/herftheir signature(s) nthe in rrnen he �er nL; of 1� he *tt on e of wlildvtte e+ �aa�a aUed, executed the instrument. WITNESS hand and official seal. PE=V &L0F= Crq� Colrrtmwott ti10"M sWay -Cdfaida ignature (Seal) La Ar oNM County. CO e . Lofton, Notary PuNW MvCamnLEq*"Aug6.19% -7t .,DEC 14, c 'l! rIs Vo 4 An wo R6320 Cano2al Avenue Post Office Box a ... a ����nnnau�anN� CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE r TO; CITY OF LUBBOCK DATE: April 17. 1997 P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: Amonia _ S Chlorinating a i l i ties Red River Construction Co., Inc. at Sandhills Water Well Productioi THIS IS TO CERTIFY THAT 1506 Capital Ave. , #300, Plano, T% (Name and Address of Insured is. at the date of this certificate. Insured by this Company with respect to the business operations hereinafter described. for the typed of insurance and In accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. r t 7 r TYPE OF -INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE UMITS DATE DATE GENERAL UASUTY 9 C*mmercW General Liabltlty KK09100312 7/1/96 9/2/97 2,000 000 General aggregate i • 0 claims Made Products-Comp/Op AGG R Occurrence Personal a Adv. Injury t a Ownet"s 6 Contractors Protective Each Occurrenca S. R — Fire Damage (Any ons ire):__ Med Exp (Any one Person) $ % _ nnn AUTOMOTIVE LIABILITY 15 Any Auto Combined Single t mIt. $ 1, 000, 000 dAuto Godly Accidoen) a scheduled In (Per S p Fitted Autos Property Damage i 0 Non -Owned Autos a GARAGE LIABIUTY o Any auto Auto Only - Each Accident 6 p Other than Auto OW...� Each Amident i Aggregate S Vx GUILDERS RISK d 100% of tlk Total Contract Price 3AT63989700 9/2/96 9/2/97 $ 5, 500, Qq0 0 INSTALLATION FLOATER S. EXCESS LIABILITY 9k Umbrella Form PHN 201879 9/2/96 9/2/97 Each Occurrence i 2,000,000 Aggreegategatsi 2 _ non nnn D Other Than Umbrella Form i WORKERS COMPENSATION AND EMPLOYERS'UABILITY d WVK9100150 7/1/96 9/2/97 EachtAcedMKS PPartners Ekecutin Excluded ent i_ 1,000,000 Ofikers are: Oiseasepoticy!.knit S 1.000,000 mess •Each Employee $ j ,000.000 OTHER City of Lubbock is recogn zed as Additi nal Insure with resp2ct to General and Automobile Liability policies. All olicies conta n a Waiver of Subrogation in favor of City of Lubboc The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation. or In case there Is no legal requirement, In less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE St. Paul Insurance Companies ame surer MUST BE SENT TO THE CITY OF LUBBOCK 4� "0 ax_ By: erry se Title: Authorized Representa ive a CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract 1, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. r- I -�`—� Jerry P. Rose P Age t (Signature) Agent (Print) Name of Agent/Broker. AON Risk Services of Texas, Inc. Address of Agent/Broker: 2200 Ross Avenue, Suite 1700 City/State/Zip: Dallas, Texas 75201 Agent/Broker Telephone Number: ( 214 ) 978-6600 Date: March 6, 1997 CONTRACTOR'S NAME: Red River Construction Company (Print or Type ) CONTRACTOR'S ADDRESS: 1506 Capital Avenue, Suite 200 Plano, Texas 75074 NOTE TO AGENT/BROKER If this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)767-2165. BID #97053 - AMMONIA & CHLORINATING FACILITIES AT SANDHILLS WATER WELL PRODUCTION r 7 r.. CONTRACTOR CHECKLIST l A CONTRACTOR SHALL: P— (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage r showing extension of coverage, if the coverage period shown on the contractor's current certificate of i coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year, thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of w coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both �- English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional ` words or changes: 7— r I REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering l equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.0 F No Text CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 10th day of Aaril,1997 by and between the City of Lubbock, 7 County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Red River Construction Company of the City of Piano, County of Collin 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 # 97053 - AMMONIA & CHLORINATING FACILITIES AT SANDHILLS WATER WELL PRODUCTION - "' $939,900.00 t 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 fumish all materials, supplies, machinery, equipment, tools, superintendence, labor, Insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined In the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. A ST: tecri ry APPROVED AS TO CONTENT: r l QQ _ Z- Owner's Representative =Prz C' ttomey ATTEST: Corporate Secretary '� „ l CONTRACTOR: RED RIVER CONSTRUCTION COMPANY PRINTED NAME: TITLE: COMPLETE ADDRESS: Red River Construction Company 1506 Capital Avenue, Suite 200 Plano, Texas 75074 F GENERAL CONDITIONS OF THE AGREEMENT r 7 L 7" GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, It shall be understood to mean the person, persons, oo-partnership or corporation, to wit: Red River Construction Comaanv who has agreed to perform the work embraced In this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE 7Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, under whose supervision these contract documents, including plans and ,.. specifications, were prepared, and MIKE MURPHY, CHIEF ENGINEER, who will inspect constructions; or to 1 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 the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds Of required), General Conditions of the Agreement, Special Conditions of the Agreement Of 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 slmilady, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the r Owner's Representative. ` The term Subcontractor, as employed herein. Includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE f 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. r 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 documents. Unless otherwise specified, all materials shalt be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, fumish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall,', accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representativ"ill 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 fumished 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. MIGHT 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 documents. He will not be required to make exhaustive or continuous onsite 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 documents, 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 onsite 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. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. POW I 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 work 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 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, r.. decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. 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 relative to the execution of the work or the interpretation of the contract, specifications and plans. r 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 fumished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within 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 F shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be bome by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any r— subcontractors, or any of his agents or employees, or any other persons performing any of the work. f 17. CONTRACTOR'S UNDERSTANDING r It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way 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. r 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 disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT. The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. ` 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's 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 Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing �at the Contractor's expense. The cost of all such inspections, tests and approvals shall be bome 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. I Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by r., 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. 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 for use in j•. the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable 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 rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for 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, alteration or addition to the work as shown on the plans and specifications or contract documents and not '., covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent. ` In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to Include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive -- compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. — 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. 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 shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall.comply with all applicable provisions of federal, state and municipal laws and building and construction codes. Alt machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in 4 Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify and POO save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any Ccharacter 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 the project which is the subject matter of this contract, on account of the failure of 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, 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 progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. �.. 28. CONTRACTOR'S INSURANCE Y The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. { The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a L subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, -or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury r" i B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $1,000.000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, — to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance Policy The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. . 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the govemmental entity. Persons providing services on the project ("subcontractor" in 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which fumishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. B. C. 0 E. F. F Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $1,000,000 Combined Single Limit. This policy shall be submitted prior to contract execution. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. Builder's Risk Insurance Policy The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100°% of potential loss) naming the City of Lubbock as insured. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500.000. 1. Definitions: Certificate of coverage ("certificate') - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory' workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in ❑ entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and _ (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. — 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. B. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; r G (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date bome by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; r (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; -- (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type; and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Cali the Texas Workers' Compensation Commission at 5121440-3789 to receive Information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the contractor prior to that person beginning work on the project; i 29. "- r L r is 30 (iii) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (vii!) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified Individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 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 within five (5) days after demand is made, then Owner may, during the period for which such indebtedness 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. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, -- material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. 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 specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner 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, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. 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. 34. 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 consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every 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 completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. r 35. 36. 37 F 38. r., The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would In such event sustain, and the amount 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. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute 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 contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by 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, schedules which shall show the order in which the Contractor intends to cant' on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. EXTENSION OF TIME The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 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, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension 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 receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 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 fumished 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 bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be fumished 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. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and 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 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. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the -- specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid 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. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final, payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials 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 terms 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 percentage due Contractor. I �•. 43. FINAL COMPLETION AND ACCEPTANCE p 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 inspect the work and within said time, if the work be found to be completed or substantially completed in accordance 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 issue a certificate of r. acceptance of the work to the Contractor. 44. FINAL PAYMENT 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 fumished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the r• 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 contract; 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 i� the obligation for fulfillment of any warranty which may be required in the special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. 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 Contractor shall at his own expense promptly replace such condemned materials with other materials 1 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. 46. 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 defects with reasonable promptness. C' 47. 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. f 48. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) 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 otherwise in the contract documents. 49. ABANDONMENT BY 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 orders 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 completion of the work; and the Contractor shall not receive any rental or credit therefore -- (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In 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 supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or 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 newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. 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 shall 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 Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety 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 F Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain 4 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 incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, r' which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, 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 P,,, cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot I be utilized.- The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all 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 same 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 will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds r $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further 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 conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. n 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, r i or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and bome 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 authority 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 observe 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 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 all 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. CURRENT WAGE DETERMINATIONS Kesolucion :.o. jlt l ' + March 14, 1996 Item #19 f RESOLUTION 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 is 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by Resolution No. 2502 enacted January 8, 1987; and 1 r- •. 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: ,f + 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 apart hereof for all intents and purposes: r-� 1 Exhibit A: Building Construction Trades i Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate 1 Exhibit D: Weekend and Holiday Rate } Such wage rates are hereby found and declared to be the general prevailing rate of per diem ; j wages in all localities where public works are undertaken on behalf of the City of Lubbock and r- i such wage rates shall be included in all public works contracts as provided by law. y 1i 1 1 1' ' I 1 it i :i ♦ 11 1 iI iI 1 i Passed by the City Council this 14th ATTEST: Betty M. Anson, City Secretary APPROVED AS TO CONTENT: Mary Andr9ws, Managing Director of Human Resources APPROVED AS TO FORM: i 14afold Willard; Assistant City Attorney HW: da/ccdocs/pubworks. res February 14, 1996 2 t*1-1 r7, City of Lubbock Building Construction Trades Prevailing Rates Craft Houft Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Piping/Boiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder -Certified 10.00 Paving and Highway Construction Prevailing Wage Rates Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor Truck Driver -Light Truck Driver -Heavy Hourly Rate 6.00 5.50 7.35 5.75 10.50 5.50 6.50 5.50 5.50 6.25 7.25 5.50 7.00 7.00 7.00 6.50 7.00 6.50 8.50 6.00 6.50 6.50 6.00 6.50 r - c, EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT D f. Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. t 7- City of Lubbock Water Utilities Engineering Technical Specifications For Ammonia and Chlorinating Facilities At Sandhills Water Well Production dw Re OF NNM N.NNNNNN.NM Soo KOOK SOO��N�fd .N.N.NNN�N.11 � N••NN��O • N y 80291 ?r TOC -1 CITY OF LUBBOCK SANDHILLS AMMONIA/CHLORINE FACILITIES TABLE OF CONTENTS DIVISION 1 - GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01019 CONTRACT CONSIDERATION 01039 COORDINATION AND MEETINGS 01300 SUBMITTALS 01400 QUALITY CONTROL 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01600 MATERIALS AND EQUIPMENT 01650 STARTING OF SYSTEMS 01700 CONTRACT CLOSEOUT DIVISION 2 - SITE WORK 02060 BUILDING DEMOLITION 02110 SITE CLEANING 02222 EXCAVATING 02223 BACKFILLING DIVISION 3 - CONCRETE 03108 FORMWORK 03200 CONCRETE REINFORCEMENT 03300 CAST IN PLACE CONCRETE DIVISION 4 - MASONRY 04110 MORTAR AND MASONRY GROUT 04155 THROUGH WALL FLASHING 04200 MASONRY DIVISION 5 - METALS 05120 STRUCTURAL STEEL 05211 STEEL JOINTS DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07100 MASONRY WALL SYSTEM 07500 ROOFING SYSTEM 07900 JOINT SEALANTS DIVISION 8 - DOORS AND WINDOWS 08112 METAL DOORS AND FRAMES City of Lubbock, S.A.C. Facilities 1 TOC -2 DIVISION 9 - PAINTING AND PROTECTIVE COATING 09905 PAINTING AND PROTECTIVE COATINGS DIVISION 10 - SPECIALTIES 10200 LOUVERS, VENTS AND EXHAUST FAN 10400 IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS 10520 FIRE EXTINGUISHER 10600 BASEBOARD HEATERS DIVISION 11 - EQUIPMENT 11005 EQUIPMENT: GENERAL REQUIREMENTS 11061 PUMPING EQUIPMENT 11345 CHLORINATION EQUIPMENT 11346 AMMONIATOR EQUIPMENT 11922 CHLORINE SCRUBBER SYSTEM DIVISION 13 - INSTRUMENTATION 13440 INSTRUMENTATION FOR PROCESS CONTROL: GENERAL REQUIREMENTS 13445 INDICATORS AND RECORDERS 13500 FLOWMETER 13520 FLUORIDE MONITORS 13550 PROGRAMMABLE LOGIC CONTROLLERS DIVISION 15 - MECHANICAL 15010 MECHANICAL: GENERAL EQUIPMENT 15060 PIPE AND PIPE FITTINGS: GENERAL REQUIREMENTS 15062 PIPE VALVES AND MATERIALS 15183 PIPE INSULATION 15440 PLUMBING FIXTURES AND EQUIPMENT 15630 MONORAIL CRANE DIVISION 16 - ELECTRICAL r- 16100 ELECTRICAL GENERAL PROVISIONS 16200 RACEWAYS AND FITTINGS 16300 CONDUCTORS 16500 ELECTRICAL DISTRIBUTION 16600 GROUNDING 16700 LIGHTING 16800 MOTORS AND EQUIPMENT CONTROLS AND WIRING I r„ City of Lubbock, S.A.C. Facilities Flo f I� F SECTION I GENERAL REQUIREMENTS I SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Contract Description. B. Work by Owner. C. Owner supplied Products. D. Contractor use of site. E. Work Sequence. F. Owner occupancy. 1.2 PREBID MEETING 01010 - 1 A. All prospective bidders are recommended to attend a prebid meeting. There shall be a site visitation after the prebid meeting. 1.3 SUMMARY A. The Sandhills groundwater facility supplies from 1 to 45 million gallons per day (M.G.D.) of treated groundwater to the City of Lubbock for potable water consumption. This facility is located approximately 7 miles northwest of the City of Sudan along U.S. 84 Highway. B. This Sandhills Ammonia and Chlorinating Facility shall be capable of treating from 1 to 45 M.G.D. of groundwater. This facility shall be designed to conform to all the rules and regulations of Texas Natural Resource Conservation Commission and specifications in this contract. The chlorine system shall be a liquid feed system and the ammonia shall be a high pressure gas feed system, both entering a pressured line. The capacities are as follows: 1. The Chlorinator Units: a. Total capacity of 1200 pounds per day. b. Backup units with capacity of at least 500 pounds per day or the largest unit, whichever is greater. 2. The Ammoniator Units: a. Individual capacity of each of the two units shall be 300 pounds per day. b. The two units shall be connected by an automatic switch over unit. C. At a distance of approximately 12,300 feet southwest of this facility along U.S. Highway 84, the 42 inch supply line to the City of Lubbock has been laid uphill. Flow from the bypass or pump station is pressurized because of this higher elevation, and beyond this point it flows under gravity to the City of Lubbock. I City of Lubbock, S..A.C.'Facilities 01010 - 2 D. The facility shall have instrumentation with recording capability, and also be able to transmit and receive signals from the City of Lubbock SCADA system at the Water Treatment Plant, 6001 N. Guava Avenue. E. Bidders for this contract shall attend the Prebid Conference Meeting and proceed to the job site to determine the different flowrate and pressure (head) experienced under various gravity conditions. Contractor shall provide their own metering device to determine the flow. Owner will work with contractors to simulate various flow conditions. 1.4 WORK UNDER THIS CONTRACT A. Design and install a flow meter on the 42 inch line to measure flows from 1 to 45 MGD: 1. This flow meter shall meet and exceeds the requirements of Section 15980 - Instrumentation. 2. Determine a suitable location for this flow meter. 3. Design a suitable vault when the proposed flow meter requires a larger concrete vault than that shown on the plans. B. Determine the operating system of this facility which include the following: 1. The different pressures at the point of application with flowrate from 1 million gallons per day to 50 million gallons per day. C. Design and construct of two Preengineered buildings and foundations according to the plans and specifications of this contract. a. The Chlorine Building which houses: 1. Chlorinator Room. 2. Chlorine Supply (Scales) Room. 3. Chlorine Cylinder (empty/full) Storage Area. b. The Ammonia Building which houses: 1. The Ammonia Metering Room. 2. The Ammonia Supply Storage Area. D. Design and construct all necessary piping, valves and fittings according to the manufacturer recommendations and the specification of this contract. E. Design and construct all metering and control systems for the control room that will be capable of recording, transmitting and receiving the information to the SCADA system. F. Existing Building Demolition: After the New Chlorinating facility is in operation, existing Chlorinating facility including the foundation shall be demolished, cleared, and disposed of by the Contractor. The site will be backfilled at the removed foundations and filled to existing grade elevation. G. Instrumentation Requirements: Furnish and install instrumentation wiring to meet the following requirements: i. The high and low flow meter shall transmit a 4 -20� mA signal to the chlorinators, and second signal to circular chart recorders in the control room. City of Lubbock, S.A.C. Facilities r 01010 - 3 ii. Design the appropriate wiring according to the manufacturer's recommendation, local codes and national electric codes, for each of the following equipment to transmit a 4-20 mA signal from the following equipment to the each individual 1 circular chart recorder to be installed on the wall of the control room in the existing warehouse: a. Flowmeter readings in million gallons per day (MGD). y ' b. Chlorinator usage or consumption in lbs per day. C. Ammonia usage in lbs per day. iii. Design the appropriate wiring according to the manufacturer's recommendation, local codes and national electric codes, for each of the following equipment to transmit a 4-20 mA signal from the following equipment to the each individual indicator to be installed on the wall of the control room in the existing warehouse: a. Total chlorine from the chlorine residual analyser from the 42 inch line. b. Total chlorine from the chlorine residual analyser from the tank. C. Chlorine Gas Detector for chlorine leaks at Chlorinator Room. d. Chlorine Gas Detector for chlorine leaks at Chlorine Scale Room. e. Chlorine Gas Detector for chlorine leaks at Chlorine Storage Area. f. Chlorine Gas Detector for chlorine leaks at Electric Room. g. Ammonia gas detector for ammonia leak at the Ammonia Building. h. Ammonia gas detector for ammonia leak at the Ammonia Storage Area. i. Chlorine Scale to indicate the weight of the cylinder in lbs. j. Automatic switch over unit in the Chlorine Scale Room to indicate that a switch over has occured. iv. In the event a leak is detected in the Chlorinator Room the chlorine detector shall: a. send a signal to the indicator in the Control Room and one to close the motorized ball valves. V. In the event a leak is detected in the Chlorine Scale Room, the chlorine detector shall send separte signals to the following locations: a. the indicator in the Control Room. b. to close the motorized ball valves connected to auxillary ton containers. C. to switch on the electric fan. d. to activate the scrubber system. vi. In the event of a leak detected in the ammonia room/building, a signal shall be sent to: a. the indicator in the Control Room. b. to switch on the electric exhaust fan. H. The construction of a fueling station as indicated on the Plans. This involve the excavation of the ground, compacted backfill, construction of reinforced concrete wall and floor, and the installation of 2 discharge gate valves and sumps. City of Lubbock, S.A.C.Facilities i 01010 - 4 1.5 OWNER SUPPLIED PRODUCTS A. ' Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed Shop Drawings, Product Data, and Samples, to Contractor. 2. On delivery, inspect Products jointly with Contractor. 3. Submit claims for transportation damage and replace damaged, defective, or deficient items. 4. Arrange for inspections, and service. B. Contractor's Responsibilities: 1. Review Owner reviewed Shop Drawings, Product Data, and Samples. 2. Retain Professional Engineer registered in the State of Texas to design the following: i. Structural - all the preengineered buildings (Chlorinator room, chlorine building, chlorine storage area, ammoniator building, and ammonia room), and footing design including all the reinforcement tie-ins to the slab of each building. ii. Geothechnical - Perform soil test and furnish report to the Owner. Design footing sizes, depth, and connections to the slab. iii. Systems - Mechanical design of chlorinator, ammoniator equipment, flowmeter, and instrumentation in the control room. iii. Electrical - power requirement, all electrical requirement, all the controls in this contract, such as chlorinators or ammoniators with Transmitter, chlorine detectors with scrubber. 3. Receive and unload Products at site; inspect for completeness or damage, jointly with Owner. 4. Handle, store, install and finish Products. 5. Repair or replace items damaged after receipt. C. The following abbreviations are utilized in the Contract Documents: 1. OSOI - Owner Supplied Owner Installed. 2. ' OSCI - Owner Supplied Contractor Installed. 1.6 CONTRACTOR USE OF SITE A. Limit use of site to allow: 1. Owner occupancy. 2. Work by Others and Work by Owner. B. Construction Operations: Limited to areas noted on Drawings. C. Time Restrictions for Performing Work: 8 a.m. to 5:00 p.m. from Monday to Friday. Contractor shall submit request for work after 5 p.m., on the weekends or holidays, in writing 3 days in advance. 1.7 WORK SEQUENCE A. Construct Work in to accommodate Owner's occupancyrequirements during the construction period, coordinate construction schedule and operations with Owner: City of Lubbock, S.A.C. Facilities 01010 - 5 1.8 OWNER OCCUPANCY A. The Owner will occupy the site during the entire period of construction. B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. C. Schedule the Work to accommodate this requirement. 1.9 ALTERNATE BID A. The minimum paving section for the alternate bid shall be as follows: 1. 12" Prepared subgrade compacted to 95% standard proctor density at optimum to 2 2% above optimum moisture. 3 9" asphalt stabilize base. 4 1.5" Type C HMAC Surface. B. Construction and materials shall meet City of Lubbock current paving specifications. C. Reinforced concrete of the following characteristics would be approved equal: 1. 8 inch thick. 2. no. 4 bars at 18 inch on center. 3. contraction joints at 12 foot square. 4. dowelled expansion joints. 5. 2 sacks of fibermesh mixed in every cubic yard of concrete. PART 2 PRODUCTS Not Used" PART 3 EXECUTION Not Used END OF SECTION 0 City of Lubbock, S.A.C. Facilities 01019 - 1 SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL 1.1 SECTION INCLUDES A. Schedule of values. B. Application for payment. C. Change procedures. D. Measurement and payment 1.2 SCHEDULE OF VALUES A. Submit a printed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet or contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Identify each line item with number and title of the major specification Section. D. Include separately from each line item, a direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.3 APPLICATIONS FOR PAYMENT A. On the 28th day of each month, prior to submitting the application for payment, meet with Owner's Representative to agreed on the schedule of values that will be paid. B. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet or AIA G722 - Project Application and Project Certificate for Payment and AIA G723 - Project Application Summary or Contractor's electronic media driven form. C. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. D. Payment Period: Every month on the 5 day of the month. E. Include 3 forms required by Owner. F. Photographs: Refer to Section 01300 - Submittals, 1.9 - Construction Photographs, to be submitted along with the monthly application for payment. r City of Lubbock, S.A.C. Facilities I 01019 - 2 1.4 CHANGE PROCEDURES A. The Owner will advise of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time by issuing supplemental instructions. B. The Owner may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within 5 days. C. The Contractor may propose changes by submitting a request for change to the Owner, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Owner. E. Construction Change Directive: Owner may issue a directive, on standard form signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Owner will determine the change allowable in Contract Sum and Contract Time as provided in the Contract Documents. G. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: AIA G701, AIA G701/CM, EJCDC 1910-8-B, or standard Change Order. L Execution of Change Orders: Owner will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.5 MEASUREMENT AND PAYMENT - UNIT PRICES A. Authority: Measurement methods are delineated as follows, and individual sections: 1. Pre-engineered buildings - each building labor and materials cost, doors and windows, engineering fees and design cost. 2. Electrical - labor and material cost including lighting, wiring, heating, control system, engineering and design cost. 3. Plumbing - includes material and labor cost including valves, drainage system all piping, and overhead shower units. 4. Chlorinating System - engineering, equipment and labor cost including manufacturer's representative cost for start up process. City of Lubbock, S.A.C. Facilities I 01019 - 3 5. Ammoniators System - engineering, equipment and labor cost including manufacturers representative cost for start up process. r. 6. Monorail crane - engineering, equipment and labor cost including monorail system, j 3 ton crane, and engineering cost. 7. Scrubber - engineering, equipment, labor cost, engineering cost, piping, dual pump package, and foundation cost. 8. Ammonia tank - 12,000 gallons ammonia tank, engineering, equipment and labor cost and engineering cost and all the piping. B. Take measurements and compute quantities. The Owner will verify measurements and U quantities. C. Unit Quantities: Quantities and measurements indicated in the Bid Form are for contract purposes only. Quantities and measurements supplied or placed in the Work shall determine payment. D. Payment Includes: Full compensation for required labor, Products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. E. Defect Assessment: Replace the Work, or portions of the Work, not conforming to specified requirements. If, in the opinion of the Owner, it is not practical to remove and replace the Work, the Owner will direct an appropriate remedy or adjust payment. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION ,., City of Lubbock, S.A.C. Facilities R 01039 - 1 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Equipment electrical characteristics and components. F. Examination. G. Preparation H. Cutting and Patching. I. Alteration project procedures. 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of the various sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. City of Lubbock, S.A.C. Facilities 01039 - 2 1.3 FIELD ENGINEERING A. . Employ a land surveyor registered in the state of Texas and acceptable to the Owner. B. Contractor to locate and protect survey control and reference points. C. Control datum for survey is that established by Owner provided survey. D. Verify set -backs, confirm drawing dimensions and elevations. E. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. F. Submit a copy of site drawing signed by the Land Surveyor that the elevations and location of the work are in conformance with the Contract documents. 1.4 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice of Award. B. Attendance Required: Owner, and Contractor. C. Agenda: 1. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 2. Designation of personnel representing the parties in Contract. 3. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 4. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Owner, participants, and those affected by decisions made. 1.5 PROGRESS MEETINGS A. Progress meeting on the 10th day of the month. B. Owner will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. City of Lubbock, S.A.C..Facilities 01039 - 3 I 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Owner, participants, and those affected by decisions made. PART 2 PRODUCTS 2.1 Refer to individual sections. PART 3 EXECUTION 3.1 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: L' Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods to avoid damage to other Work, and which will provide proper surfaces to receive patching and finishing. E. Cut masonry and concrete materials using masonry saw or.core drill. F. Restore Work with new Products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. City of Lubbock, S.A.C. Facilities 01039 - 4' J. Identify any hazardous substance or condition exposed during the Work to the Owner for decision or remedy. 3.2 ALTERATION PROJECT PROCEDURES A. Materials: As specified in Product sections; match existing Products and work for patching and extending work. B. Employ skilled and experienced installer to perform cutting and patching. C. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. D. Remove, cut, and patch Work in a manner to minimize damage and to provide a means of restoring Products and finishes to original condition. E. Refinish existing visible surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. F. Where new Work abuts or aligns with existing, provide a smooth and .even transition. Patch Work to match existing adjacent Work in texture and appearance. G. When finished surfaces are cut so that a smooth transition with new Work is not possible, terminate existing surface along a straight line at a natural line of division and submit recommendation to Owner for review. H. Where a change of plane of 1/4 inch or more occurs, submit recommendation for providing a smooth transition; to Owner for review. I. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other imperfections. J. Finish surfaces as specified in individual Product sections. END OF SECTION City of Lubbock, S.A.C. Facilities 01039 - 1 r SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Equipment electrical characteristics and components. F. Examination. G. Preparation H. Cutting and Patching. I. Alteration project procedures. 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of the various sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. City of Lubbock, S.A.C. Facilities r 01039 - 2 1.3 FIELD ENGINEERING A. Employ a land surveyor registered in the state of Texas and acceptable to the Owner. B. Contractor to locate and protect survey control and reference points. C. Control datum for survey is that established by Owner provided survey. D. Verify set -backs, confirm drawing dimensions and elevations. E. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. F. Submit a copy of site drawing signed by the Land Surveyor that the elevations and location of the work are in conformance with the Contract documents. 1.4 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice of Award. B. Attendance Required: Owner, and Contractor. C. Agenda: 1. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 2. Designation of personnel representing the parties in Contract. 3. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 4. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Owner, participants, and those affected by decisions made. 1.5 PROGRESS MEETINGS A. Progress meeting on the 10th day of the month. B. Owner will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers,Owner, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. City of Lubbock, S.A.C. Facilities F 01039 - 3 r 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Owner, participants, and those affected by decisions made. PART 2 PRODUCTS 2.1 Refer to individual sections. PART 3 EXECUTION 3.1 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods to avoid damage to other Work, and which will provide proper surfaces to receive patching and finishing. E. Cut masonry and concrete materials using masonry saw or core drill. F. Restore Work with new Products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. City of Lubbock, S.A.C. Facilities 01039 - 4 J. Identify any hazardous substance or condition exposed during the Work to the Owner for decision or remedy. 3.2 ALTERATION PROJECT PROCEDURES A. Materials: As specified in Product sections; match existing Products and work for patching and extending work. B. Employ skilled and experienced installer to perform cutting and patching. C. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. D. Remove, cut, and patch Work in a manner to minimize damage and to provide a means of restoring Products and finishes to original condition. E. Refinish existing visible surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. F. Where new Work abuts or aligns with existing, provide a smooth and even transition. ^ Patch Work to match existing adjacent Work in texture and appearance. G. When finished surfaces are cut so that a smooth transition with new Work is not possible, terminate existing surface along a straight line at a natural line of division and submit recommendation to Owner for review. H. Where a change of plane of 1/4 inch or more occurs, submit recommendation for providing a smooth transition; to Owner for review. I. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other imperfections. J. Finish surfaces as specified in individual Product sections. _ END OF SECTION City of Lubbock, S.A.C. Facilities i 01300 - 1 r l SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed Products list. D. Product Data. E. Shop Drawings. F. Samples. G. Design data. H. Test reports. I. Certificates. J. Manufacturer's instructions. K. Manufacturer's field reports. L. Erection drawings. M. Construction photographs. 1.2 SUBMITTAL PROCEDURES A. Transmit five copies of each submittal with AIA Form G810. B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate. D. Apply Engineer's stamp, signed or initialed certifying the design of chlorinating system, ammonia system, ammonia storage tank, process system design, structural design, mechanical system, and electrical system. E. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. r City of Lubbock, S.A.C. Facilities 01300 - 2 F. Schedule submittals to expedite the Project, and deliver to Owner at 1625, 13 Street, Lubbock, Texas. Coordinate submission of related items. G. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. I. Provide space for Contractor and Owner review stamps. J. When revised for resubmission, identify all changes made since previous submission. K. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. L. Submittals not requested will not be recognized or processed. 1.3 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial schedule in duplicate within 15 days after date of Notice to Proceed. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a computer generated horizontal bar chart with separate line for each major portion of Work or section of Work, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by Owner and required by Allowances. 1.4 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.5 PRODUCT DATA A. Product Data For Review: 1. Submitted to Owner 5 copies of each process for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. City of Lubbock, S.A.C. Facilities r 01300 - 3 r 2. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 01700 - CONTRACT CLOSEOUT. B. Product Data For Information: 1. Submitted to the Owner. C. Product Data For Project Close-out: 1. Submitted for the Owner's benefit during and after project completion. D. Submit the number of copies which the Contractor requires, plus two copies which will be retained by the Owner. E. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. F. Indicate Product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. G. After review distribute in accordance with the Submittal Procedures article above and provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT. 1.6 SHOP DRAWINGS A. Shop Drawings For Review: 1. Submitted to Owner 5 copies of each process for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. 2. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 01700 - CONTRACT CLOSEOUT. B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Submit in the form of one reproducible transparency and four opaque reproduction. 1.7 SAMPLES A. Samples For Review: 1. Submitted to Owner for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. 2. After review, produce duplicates and distribute in accordance with SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 01700 - CONTRACT CLOSEOUT. B. Samples For Selection: 1. Submitted to Owner for aesthetic, color, or finish selection. 2. Submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for Owner selection. City of Lubbock, S.A.C. Facilities 01300 - 4 3. After review, produce duplicates and distribute in accordance with SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 01700 - CONTRACT CLOSEOUT. C. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. D. Include identification on each sample, with full Project information. E. Submit the number of samples specified in individual specification sections. F. Reviewed samples which may be used in the Work are indicated in individual specification sections. G. Samples will not be used for testing purposes unless specifically stated in the specification section. 1.8 DESIGN DATA A. Submit design data to the Owner, for information for the limited purpose of assessing -- conformance with information given and the design concept expressed in the contract documents. 1.9 TEST REPORTS A. Submit test reports to the Owner, for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. 1.10 CERTIFICATES A. When specified in individual specification sections, submit certification by the manufacturer, installation/application Subcontractor, or the Contractor to Owner, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Owner. 1.11 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, to Owner for delivery to Owner in quantities specified for Product Data. B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. C. Refer to Section 01400 - Quality Control, Manufacturers' Field Services article. City of Lubbock, S.A.C. Facilities 01300 - 5 r- 1.12 MANUFACTURER'S FIELD REPORTS ,., A. Submit to the Owner,field report in duplicate within 30 days of observation to Owner for information. B. Submit for information for the limited purpose of assessing conformance with f' information given and the design concept expressed in the contract documents. 1.13 ERECTION DRAWINGS 7 A. Submit erection drawings to the Owner, for information for the limited purpose of assessing conformance with information given and the design concept expressed in the PIN contract documents. 1 - B. Data indicating inappropriate or unacceptable Work may be subject to action by the Owner. 1.14 CONSTRUCTION PHOTOGRAPHS r. A. Each month submit photographs with Application for Payment. B. Photographs: One print; color, matte; 8 x 10 inch size. C. Take four photographs indicating the relative progress of the Work, 5 days maximum w prior to submitting. D. Identify photographs with date, time, orientation, and project identification. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. .• END OF SECTION r t_ i City of Lubbock, S.A.C. Facilities w r 01400 - 1 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance - control of installation. B. Tolerances C. References. D. Mockup. E. Inspecting and testing laboratory services. F. Manufacturers' field services and reports. 1.2 QUALITY ASSURANCE - CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.3 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accummulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owner before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.4 REFERENCES A. For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. 7, City of Lubbock, S.A.C. Facilities B. Conform to reference standard by date of issue current on date of Notice to Proceed except where a specific date is established by coder C. Obtain copies of standards where required by product specification sections. D. The contractual relationship, duties, and responsibilities of the parties in Contract nor those of the Owner shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.5 MOCK-UP A. Tests will be performed under provisions identified in this section and identified in the respective product specification sections. B. Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mock-ups are representative of the quality required for the Work. D. Where mock-up has been accepted by Owner and is specified in product specification sections to be removed; remove mock-up and clear area when directed to do so. 1.6 INSPECTING AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for specified services of an independent firm to perform inspecting and testing. B. The independent firm will perform inspections, tests, and other services specified in individual specification sections and as required by the Owner. C. Inspecting, testing, and source quality controlmay occur on or off the project site. Perform off -site inspecting or testing as required by the Owner. D. Reports will be submitted by the independent firm to the Owner and Contractor, in duplicate indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Owner and independent firm 24 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor to perform Work to contract requirements. G. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Owner. Payment for retesting will be charged to the Contractor by deducting inspecting or testing charges from the Contract Sum/Price. rM 01400 - 3 1.7 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual specification sections, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Owner 30 days in advance of required observations. Observer subject to approval of Owner. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D. Submit report in duplicate within 30 days of observation to Owner for information. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock, S.A.C. Facilities 01500 - 1 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.2 TEMPORARY ELECTRICITY A. Cost: By Owner; connect to Owner's existing power service. Contractor shall pay and for all hook up material and labor. Do not disrupt Owner's need for continuous provide service. Owner will pay cost of energy used. Exercise measures to conserve energy B. Provide temporary electric feeder from existing building electrical service at location as f� directed. Do not disrupt Owner's need for continuous service. C. Power Service Characteristics: 230 volt, 200 ampere, three phase, four wire. D. power Provide Pr voutlets for construction operations, with branch wiring and distribution o P P g boxes located as required. Provide flexible power cords as required. E. Provide main service disconnect and overcurrent protection at convenient location. F. Permanent convenience receptacles may not be utilized during construction. G. Provide adequate distribution equipment, wiring, and outlets to provide single phase �• branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets, single phase circuits for power tools for every 100 sq ft of active work area. 2. Provide 20 ampere, single phase branch circuits for lighting. 1.3 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES CA. Contractor shall provide all labor and material to hook up lights and equipments. Provide and maintain incandescent lighting for construction operations to achieve a minimum lighting level of 2 watt/sq ft. r". B. Provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas after dark for security purposes. 19 C. Provide and maintain 0.25 watt/sq ft H.I.D. lighting to interior work areas after dark for security purposes. City of Lubbock, S. A. C. Facilities 01500 - 2 D. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. E. Maintain lighting and provide routine repairs. ^ F. Permanent building lighting may not be utilized during construction. G. In areas where power cannot be supplied by the Owner, the Contractor shall provided their own generator at their own expense. 1.4 TEMPORARY HEAT A. Existing facilities shall not be used. Provide heating devices and heat as needed to _ maintain specified conditions for construction operations. B. Owner will pay cost of energy used. Exercise measures to conserve energy. Provide separate metering and reimburse Owner for cost of energy used. Enclose building prior — to activating temporary heat in accordance with Article 1.13 - Exterior Enclosures in this section. C. Prior to operation of permanent equipment for, temporary heating purposes, verify that installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and worn or consumed parts. D. Maintain minimum ambient temperature of 50 degrees F in areas where construction is in progress, unless indicated otherwise in specifications. — 1.5 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Provide ventilation equipment. Extend and supplement equipment with temporary fan units as required to maintain clean air for construction operations. 1.6 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office at time of project mobilization. B. Owner will pay for own service. 1.7 FACSIMILE SERVICE A. Provide, maintain and pay for facsimile service and a dedicated telephone line to field office at time of project mobilization. B. Owner will pay for own service. 1.8 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. City of Lubbock, S. A. C. Facilities 01500 - 3 B. Owner will pay cost of water used. Exercise measures to conserve water. Provide all labor and material to hook up to Owner's water supply. C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. 1.9 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Existing facility use is not permitted. 1.10 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.11 FENCING A. Construction: Commercial grade chain link fence. B. Provide 6 foot high fence around construction site; equip with vehicular gates with locks. 1.12 WATER CONTROL A. Grade. site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required. to protect site from soil erosion. 1.13 EXTERIOR ENCLOSURES A. Provide temporary insulated weather tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification sections, and to prevent entry of unauthorized persons. Provide access doors with self -closing hardware and locks. 1.14 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to prevent damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. City of Lubbock, S. A. C. Facilities 01500 - 4 D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. :a F. Prohibit traffic from landscaped areas. 1.15 SECURITY A. Provide security and facilities to protect Work, and existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. B. Coordinate with Owner's security program. 1.16 ACCESS ROADS A. Provide means of removing mud from vehicle wheels before entering streets. 1.17 PARKING A. Provide temporary gravel surface parking areas to accommodate construction personnel. B. When site space is not adequate, provide additional off -site parking. C. Do not allow vehicle parking on existing pavement. D. Designate one parking space for the Owner. 1.18 PROGRESS CLEANING AND WASTE REMOVAL A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and rubbish from site periodically and dispose off -site at own expense.. E. Open free -fall chutes not permitted. Terminate closed chutes into appropriate containers with lids. 1.19 PROJECT IDENTIFICATION A. Provide 8 foot wide x 6 foot high project sign of exterior grade plywood and wood frame construction, painted, with exhibit lettering by professional sign painter, or die cut vinyl, self-adhesive letters and self-adhesive corporate logo. B. List title of Project, names of Owner, Contractor and major sub -contractor. City of Lubbock, S. A. C. Facilities I 01500 - 5 f f C. Erect on site at location indicated by Owner. D. No other signs are allowed without Owner permission except those required by law. 1.20 FIELD OFFICES AND SHEDS t . A. Office: Weather tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture and drawing display table. CB. Provide space for Project meetings, with table and chairs to accommodate 6 persons. r, C. Locate offices and sheds a minimum distance of 30 feet from existing structures. l 1.21 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS i" A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. r B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. �` D. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. r' PART 2 PRODUCTS Not Used r l PART 3 EXECUTION Not Used Y END OF SECTION r• City of Lubbock, S. A. C. Facilities E . 01600 - 1 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.2 PRODUCTS A. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. B. Provide interchangeable components of the same manufacture, for components being replaced. 1.3 TRANSPORTATION AND HANDLING A. Transport and handle Products in accordance with manufacturer's instructions. B. Promptly inspect shipments to ensure that Products comply with requirements, quantities are correct, and Products are undamaged. C. Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurement, or damage. 1.4 STORAGE AND PROTECTION A. Store and protect Products in accordance with manufacturers' instructions, with seals and labels intact and legible. B. Store sensitive Products in weather tight, climate controlled enclosures. C. For exterior storage of fabricated Products, place on sloped supports, above ground. D. Provide off -site storage and protection when site does not permit on -site storage or protection. E. Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Product. F. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. City of Lubbock, S.A.C. Facilities 01600 - 2 G. Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage. H. Arrange storage of Products to permit access for inspection. Periodically inspect to verify Products are undamaged and are maintained in acceptable condition. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any Product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. -' 1.6 SUBSTITUTIONS A. Instructions to Bidders specify time restrictions for submitting requests for Substitutions during the bidding period to requirements specified in this section. B. Substitutions may be considered when a Product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Contractor: _ 1. Has investigated proposed Product and determined that it meets or exceeds the quality level of the specified Product. - 2. Will provide the same warranty for the Substitution as for the specified Product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit three copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed Product equivalence. Burden of proof is on proposer. 3. The Owner will'notify Contractor in writing of decision to accept or reject request. PART 2 PRODUCTS Not Used City of Lubbock, S.A.C. Facilities 01600 - 3 PART 3 EXECUTION Not Used END OF SECTION City of Lubbock, S.A.C. Facilities r 01650 - 1 SECTION 01650 STARTING OF SYSTEMS _rt PART 1 GENERAL r I 1.1 SECTION INCLUDES A. Starting systems. B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.2 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Owner seven days prior to start-up of each item. r C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or for other conditions which may cause damage. r D. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. �., F. Execute start-up under supervision of applicable manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment a or system installation prior to start-up, and to supervise placing equipment or system in operation. CH. Submit a written report in accordance with Section 01300 that equipment or system has been properly installed and is functioning correctly. r 1.4 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of Substantial Completion. The duration of the demonstration will be two consecutive days for chlorinating and ammonia system and one day for the rest. B. Demonstrate Project equipment by a qualified manufacturers' representative who is knowledgeable about the Project. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. City of Lubbock, S.A.C. Facilities 01650 - 2 D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at scheduled time, at equipment location. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 1.5 TESTING, ADJUSTING, AND BALANCING A. Contractor will appoint, employ, and pay for services of an independent firm to perform testing, adjusting, and balancing. B. Reports will be submitted by the independent firm to the Owner indicating observations and results of tests and indicating compliance or non-compliance with the requirements of the Contract Documents. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock, S.A.C. Facilities 01700 - 1 SECTION 01700 r CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. r B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. P G. Spare parts and maintenance materials. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and E ready for Owner review. B. Provide submittals to Owner that are required by governing or other authorities. T C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. " 1.3 FINAL CLEANING A. Execute final cleaning prior to final project assessment. rB. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. f„ C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. D. Clean debris from roofs, gutters, downspouts, and drainage systems. E. Clean site; sweep paved areas, rake clean landscaped surfaces. F. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.4 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. City of Lubbock, S.A.C. Facilities L 01700 - 2 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. - 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1 o Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and `- appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. _ 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. G. Submit documents to Owner with claim for final Application for Payment. 1.6 OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-1/2 x 11 inch text pages, three D side ring capacity expansion binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS title of project, and subject matter of binder when multiple binders are required. C. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. D. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, typed on 24 pound white paper, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Owner, Contractor, Subcontractors, and major equipment suppliers. City of Lubbock, S.A.C. Facilities 01700 - 3 r 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. C. Certificates. d. Photocopies of warranties and bonds. E. Submit 1 draft copy of completed volumes 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Owner comments. Revise content of all document sets as required prior to final submission. F. Submit five sets of revised final volumes, within 10 days after final inspection. 1.7 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble in three D side ring binder with durable plastic cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock, S.A.C. Facilities SECTION 2 SITE WORK I 02060 - 1 SECTION 02060 .. BUILDING DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. Demolition of designated structures and removal of materials from site. B. Demolition and removal of foundations and slabs -on -grade. C. Disconnecting and capping of identified utilities. D. Refer to items as scheduled at end of section. 1.02 RELATED SECTIONS A. Section 01019 - Contract Considerations: Requirements applicable to unit prices for the work of this Section. 5 B. Section 01039 - Coordination and Meetings. C. Section 01500 - Construction Facilities and Temporary Controls: Barriers, fences and l landscape protection. ►" a D. Section 01600 - Material and Equipment. E. Section 01700 - Contract Closeout: Project record documents. T 1.03 UNIT PRICE - MEASUREMENT AND PAYMENT A. Demolished Existing Chlorinating Facility and remove equipment for re -installation: 1. Basis of Measurement: Lump Sum by the project. 2. Basis of Payment: Includes demolition, loading, removal and disposal from site. r- 1.04 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of capped utilities, and subsurface obstructions. 1.05 QUALIFICATIONS A. Demolition Firm: Company specializing in performing the Work of this Section with minimum 5 years documented experience. 1.06 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control, and disposal. P B. Obtain required permits from authorities. City of Lubbock - S.A.C. Facilities 02060 - 2 C. Do not close or obstruct roadways. D. Conform to applicable regulatory procedures when discovering hazardous or _ contaminated materials. E. Test soils around buried tanks for contamination. F. Building is certified free of abestos by the independant company retained by the Owner. 1.07 SEQUENCING A. Sequence work under the provisions of Section 01010. 1.08 SCHEDULING A. Schedule work under the provisions of Section 01300. B. Schedule Work after the new Chlorinating Facility has been constructed and in operation. C. Describe demolition removal procedures and schedule. D. Perform work between the hours of 8 a.m. and 5 p.m. PART 2 PRODUCTS 2.01 FILL MATERIALS A. Fill Material: Topsoil Type S5 fill: 1. Imported borrow. _ 2. Friable loam. 3. Reasonably free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds, and foreign matter. 4. Acidity range (pH) of 5.5 to 7.5. ` 5. Containing a minimum of 4 percent and a maximum of 25 percent inorganic matter. 6. Conforming to ASTM D2487 Group Symbol (OH). 7. Limit decaying matter to 5 percent of content by volume. PART 3 EXECUTION 3.01 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices at locations indicated. B. Protect existing landscaping materials, appurtenances, structures and concrete tanks which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. City of Lubbock - S.A.C. Facilities i 02060 - 3 3.02 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Owner. Do not resume operations until directed. t C. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. r f 3.03 DEMOLITION A. Disconnect and cap designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of two feet below finished grade. C. Remove concrete slabs on grade. D. Remove equipment to be re -installed or retained in manner to prevent damage. Store �- and protect in accordance with requirements of Section 01600. E. Backfill areas excavated caused as a result of demolition. F. Rough grade and compact areas affected by demolition to maintain site grades and contours. G. Remove demolished materials from site. H. Do not burn or bury materials on site. Leave site in clean condition. 3.04 SCHEDULES A. Items to be removed, delivered to the City of Lubbock, Water Treatment Plant at 6001 North Guava Avenue, after the new chlorinating and ammonia facility is fully functional: 1. Chlorinators. END OF SECTION r City of Lubbock - S.A.C. Facilities /v 02110 - 1 r SECTION 02110 r" SITE CLEARING PART 1 GENERAL r' 1.01 SECTION INCLUDES A. Remove surface debris. B. Remove paving, and curbs. C. Clear site of plant life and grass. t D. Remove trees and shrubs. E. Remove root system of trees and shrubs. F. Topsoil excavation. G. Rough grading 1.02 RELATED SECTIONS l A. Section 01019 -Contract Considerations: Requirements applicable to unit prices for the work of this Section. 1.03 REGULATORY REQUIREMENTS A. Conform to applicable code for disposal of debris, and burning debris on site. Flo B. Coordinate clearing Work with utility companies. PART 2 PRODUCTS 2.01 MATERIALS Not used. R PART 3 EXECUTION 3.01 PREPARATION A. Verify that existing plant life designated to remain, is tagged or identified. 3.02 PROTECTION A. Locate, identify, and protect utilities that remain, from damage. B. Protect trees, plant growth, and features designated to remain, as final landscaping. C. Protect bench marks and existing structures from damage or displacement. City of Lubbock, S.A.C. Facilities 3.03 CLEARING - A. Clear areas required for access to site and execution of Work. B. Remove paving, and curbs C. Remove trees and shrubs within marked areas. Remove stumps, main root ball, root system to a depth of 6 inches. D. Clear undergrowth and deadwood, without disturbing subsoil. E. Apply herbicide to remaining stumps to inhibit growth. 3.04 REMOVAL A. Remove debris, rock, and extracted plant life from site. 3.05 TOPSOIL EXCAVATION A. Excavate topsoil from areas to be further excavated, re -landscaped, or re -graded. B. Stockpile in area designated on site to depth not exceeding 8 feet. Protect from erosion. remove excess topsoil not being reused, form site. Do not excavate wet topsoil. 3.06 ROUGH GRADING A. Verify site conditions under provisions of Section 01039. B. Identify required lines, levels, contours, datum. C. Fill areas to countour and elevations with unfrozen materials. D. Place fill materials on continuous layers and compact to minimum 95 percent of maximum dry density. E. Make grade changes gradual. Blend slope into level areas. remove surplus materials from site. 3.07 FIELD QUALITY CONTROL A. Field testing will be performed under provisions of Section 01400. END OF SECTION i PW t 02222 - 1 SECTION 02222 '.. EXCAVATING i. PART 1 GENERAL 1.1 SECTION INCLUDES A. Excavating for buildings Floors and foundations. r B. Excavating for final grading. �., C. Excavating for other structures. t 1.2 RELATED SECTIONS A. Section 01400 - Quality Control: Inspection of bearing surfaces. B. Section 01500 - Construction Facilities and Temporary Controls: Dewatering of •� excavations and water control. C. Section 02223 - Backfilling. 1.3 FIELD MEASUREMENTS A. Verify that survey bench mark and intended elevations for the Work are as indicated. PART 2 PRODUCTS r Not Used. PART 3 EXECUTION r 3.1 PREPARATION A. Identify required lines, levels, contours, and datum locations. ` B. Locate, identify, and protect utilities that remain from damage. C. Protect plant life, lawns, and other features remaining as a portion of final landscaping. D. Protect bench marks and reference from excavating equipment and vehicular traffic. 3.2 EXCAVATING A Underpin adjacent structures which may be damaged by excavating work. B. Excavate subsoil to accommodate building foundations, slabs -on -grade, footings, and construction operations. C. Slope banks with machine to angle of repose or less until shored. 4. City of Lubbock - SAC Facilities 02222 - 2 D. Do not interfere with 45 degree bearing splay of foundations. E. Grade top perimeter of excavating to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subsoil, boulders, and rock up to 1/3 cu yd measured by volume. H. Notify Owner's Representative of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. -- I. Correct areas over excavated in accordance with Section 02223. J. Stockpile excavated material in area designated on site and remove excess material not being reused, from site. Provide erosion and sedimentation control measures from stockpiles. 3.3 FIELD QUALITY CONTROL A. Field inspection will be performed by Owner's Representative. B. Provide for visual inspection of bearing surfaces. 3.4 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. 3.5 ROCK REMOVAL — A. Definition: Solid material with a volume in excess of 1/4 cubic yard, or solid material that cannot be removed with a 3/4 cubic yard capacity power shovel: B. Excavate and remove rock by mechanical method. Rock removal by explosive methods will not be allowed. C. Payment: Although it appears that rock removal will not be required, the cost of all labor, equipment and ,supplies to execute removal of any rock encountered shall be included in the Contract unit price for Excavation. No separate payment shall be made for rock removal. END OF SECTION -' City of Lubbock - SAC Facilities r ii 02223 - 1 FM Idi SECTION 02223 BACKFILLING PART 1 GENERAL 1.1 SECTION INCLUDES A. Filling and backfilling. B. Sand cushion beneath building floor. C. Fill for over -excavation. D. Consolidation and compaction as scheduled. E. Flexible base for (caliche) for asphalt paving. 1.2 RELATED SECTIONS A. Section 01400 - Quality Control. B. Section 02222 - Excavating. C. Section 03300 - Cast -in -Place Concrete: Concrete materials. 1.4 REFERENCES A. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. B.. TxDOT Tex - Texas Department of Transportation Manual of Testing Procedures. PART 2 PRODUCTS 2.1 FILL MATERIALS A. Fill Type 1. For trenching, subgrade, and other structures:. Free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organics and other objectionable materials, and shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content. B. Sand cushion for drying bed floor slab: Sand or a combination of sands, and shall be composed of clean, hard, durable, uncoated grains, meeting the following gradation requirements: Sieve No. % Retained 3/8" 0 4 0 to 5 8 0 to 20 16 15 to 30 City of Lubbock - SAC Facilities 02223 - 2 30 35 to 75 50 70 to 90 100 90 to 100 200 97 to 100 C. Flexible Base (caliche): 1. Argillaceous limestone, calcareous or calcareous clay particles, conglomerate, gravel, sand or other granular materials. 2. Material shall conform to the following requirements: Sieve Size 2" 1-1 /2" 7/8" 1 /2" #4 #40 --------------------------------------------------------------------------------------------- %Retained 0 0-5 8-30 30-55 50-79 70-90 Material passing the No. 40 sieve shall be known as "Soil Binder", and shall meet the following requirements when prepared in accordance with Test Method Tex 101-E: Liquid Limit: 45 maximum Plasticity Index: 15 maximum, 3 minimum Linear Shrinkage:10 maximum Wet Ball Mill Test of Flexible Base Materials: 55 maximum. PART 3 EXECUTION 3.1 EXAMINATION A. Verify subdrainage, dampproofing, or waterproofing installation has been inspected. 3.2 PREPARATION A. Compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of compaction in place. Backfill and compact to density equal to or greater than requirements for subsequent fill material. C. Scarify and proof roll subgrade surface to a depth of 12 inches to identify soft spots; fill and compact to density equal to or greater than requirements for subsequent fill material. 3.3 BACKFILLING A.. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Place and compact materials in continuous layers not exceeding 8 inches compacted depth. D. Employ a placement method that does not disturb or damage other work. E. Maintain optimum moisture content of backfill materials to attain required compaction density. City of Lubbock - SAC Facilities I 02223 - 3 F. Backfill simultaneously on each side of unsupported foundation walls until supports are in place. G. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. v H. Make gradual grade changes. Blend slope into level areas. I. Remove surplus backfill materials from site. r J. Leave fill material stockpile areas free of excess fill materials. t K. Sand and Gravel: Level final grade by hand. L. Correct overexcavated areas using concrete with a minimum strength of 2,000 psi at 28 days. Mix, deliver and place concrete for overexcavation under provisions of Section 03300. �- 3.4 FIELD QUALITY CONTROL A. Field testing will be performed under provisions of Section 01400.. ' B. Compaction testing will be performed in accordance with ASTM D698. C. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. D. Test shall be performed prior to placement of subsequent layer, and prior to placement of concrete tank foundation. 3.5 PROTECTION OF FINISHED WORK P A. Protect finished Work under provisions of Section 01500. l B. Reshape and re -compact fills subjected to vehicular traffic. 3.7 SCHEDULE one s A. Fill under Concrete slabs, footings and other structures: 1. Compact subsoil to 95 percent of its maximum dry density. 2. Compact fill material to 95 percent of its maximum dry density prior to placement concrete. 3. Compact Flexible base (Caliche) to 98 percent of its maximum dry density, at a �^ moisture content of plus or minus 2 % of optimum moisture. END OF SECTION h City of Lubbock - SAC Facilities SECTION 3 CONCRETE DESIGN CRITERIA i 03108 - 1 J SECTION 03108 7 FORMWORK 6 ; PART 1 - GENERAL r f. 1.1 SECTION INCLUDE d: A. Formwork requirements for concrete construction. 1.2 RELATED SECTION r A. Section 03311 - Concrete Mixing, Placing, Jointing, and Curing. r 4 1.3 REFERENCES r1. A American Concrete Institute (ACI): f: 347, Recommended Practice for Concrete Formwork. �.. C B. Uniform Building Code (UBC) 1991. 1.4 QUALIFICATION r- A. Miscellaneous: 1. Design and engineering of formwork, shoring and reshoring as well as its construction is the responsibility of the Contractor. 1.5 DEFINITIONS r 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, r 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. is 1.6 SUBMITTALS A. Shop Drawings: 1. Product technical data including: 7 City of Lubbock, S.A.C. Facilities r- i 03108 - 2 a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Manufacturer and type of proposed form materials, form ties, coating material, and 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 2.1 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 01300. 2.2 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 not use City of Lubbock, S.A.C. Facilities 7 t 03108 - 3 aluminum forms. 2.3 ACCESSORIES A. Form Ties: 1. Commercially fabricated for use in form construction. Do not use wire ties. 2. Constructed so that endsor end fasteners can be removed without causing spalling at surfaces of the concrete. 3. 3/4 IN minimum to 1 IN maximum diameter cones on both ends. 4. Embedded portion of ties to be not less than 1-1/2 IN from face of concrete after ends have been removed. - PART 3 - EXECUTION 3.1 PREPARATION r- A. Form Surface Treatment: s 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. 2. If form oil is used, provide form oil which will not be toxic after 30 days after application. B. 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. 3.2 ERECTION A. Install products in accordance with manufacturer's instructions. B. Tolerances: 1. Variation from level or from grades specified: r„ a. In slab soffits, ceilings, beam soffits and in arises, measured before j removal of supporting shores. 1. Maximum in any 10 FT of length: 1 /4 IN. 2. Maximum in any bay or in any 20 FT length: 3/8 IN. 3. Maximum for entire length: 1/2 IN. 2. Footings and foundations: a. Variations in concrete dimensions in plan: -1/2 IN, +2 IN. b. Misplacement or eccentricity: 1. 2 percent of footing width in direction of misplacement but not more than 2 IN. City of Lubbock, S.A.C. Facilities 03108 - 4 C. Thickness: 1. Decrease in specified thickness: 5 percent. 2. Increase in specified thickness: No limit except that which may interfere with other construction. 3. 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 atrue surface. Where possible, locate juncture of build in place wood or metal forms at architectural lines, vertical control joints and at construction joints. G. Anchor formwork to shores or other supporting surfaces or members so that movement of any part of formwork system is prevented during concrete placement. —' H. Provide runways for moving equipment with struts or legs,'supported directly on formwork or structural member without resting on reinforcing steel. 3.3 REMOVAL OF FORMS A. When required for concrete curing in hot weather, required for repair of surface defects or when finishing is required at an early age, remove forms as soon as concrete has hardened sufficiently to resist damage from removal operations or lack of support. B. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. Perform any needed repairs or treatment required on such sloping surfaces at once, followed by curing as specified in Section 03311. END OF SECTION City of Lubbock, S.A.C. Facilities 03200 - 1 SECTION 03200 �.. CONCRETE REINFORCEMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI 350 - Environmental Engineering Concrete Structures. D. ACI SP-66 - American Concrete Institute - Detailing Manual. E. ANSI/ASTM A184 - Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. F. ANSI/AWS D1.4 - Structural Welding Code for Reinforcing Steel. G. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. H. ASTM A704 - Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute - Manual of Practice. K. CRSI - Placing Reinforcing Bars. 1.4 SUBMITTALS.. A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel and wire fabric, bending and cutting schedules, and supporting and spacing devices. C. Footing Reinforcement Design: 1. Submit the analysis and calculations of the footing design for Owner's Representative records. City of Lubbock, S.A.C. Facilities i 2. Submit the list of project with affidavits for th last five years designed by the Professional Structural and Geothechnical Engineer to be verified by the Owner's Representative for acceptance. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. QUALITY ASSURANCE Perform Work in accordance with CRSI - Manual of Standard Practice, ACI 301, ACI SP-66, ACI 318, ACI 350. Maintain one copy of each document on site. Submit certified copies of mill test report of reinforcement materials analysis. Provide Owner's Representative with access to fabrication plant to facilitate inspection of reinforcement. Provide notification of commencement and duration of shop fabrication in sufficient time to allow inspection. QUALIFICATIONS Design reinforcement for building footings under direct supervision of a Professional Structural Engineer with 5 years experience in design of this work and licensed in the State of Texas. COORDINATION Coordinate work under provisions of Section 01039. Coordinate with placement of formwork, formed openings and other Work. DESIGN CRITERIA Reinforcement for the masonry wall shall be designed to meet and exceed the following loading where applicable: Live Loads Roof 25 lb. sq. ft. Snow 25 lb. sq. ft. Floor Live 100 lb. sq. ft. Dead Loads 1 Ton Chlorine Cylinders 3500 lbs/each Structural. Framing members 25 lb. sq. ft. 8 inch thick slab 107 lb. sq. ft. 12 inch thick slab 160 lb. sq. ft. 12 inch Concrete Masonry Block with Bricks 140 lb. cu. ft. Eauinment Loads Chlorinator accroding to manufacturer's recommendation Scrubber accroding to manufacturer's recommendation Chlorine Scale accroding to manufacturer's recommendation Ammonia Metering Systems accroding to manufacturer's recommendation City of Lubbock, S.A.C. Facilities 03200 - 3 4 4,000 gallons ammonia storage tank accroding to manufacturer's recommendation 1 ton chlorine cylinder (full) accroding to manufacturer's recommendation rB. Design the reinforcement for the footing according to the latest ACI 301, 318 and 350 ` Codes to carry the following loads: 1. live loads 2. deadloads 3. equipment loads 4. wall loads PART 2 PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; billet steel bars. B. Reinforcing Steel Plain Bar and Rod Mats: ASTM A704, ASTM A615, Grade 60; steel bars or rods, unfinished. C. Welded Steel Wire Fabric: ASTM A185; in flat sheets; fabricated in accordance with ASTM A82. D. The clear cover of the rebar from the top and bottom shall be two inches, and 1 1/2 inches from the bottom. For 12" concrete slab, use two mats No. 5 rebars @ 12" o.c. For 8" concrete slab, use two mats No. 4 rebars @ 12" o.c. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Do not weld reinforcing bars. C. Locate reinforcing splices not indicated on drawings, at point of minimum stress. Review location of splices with Owner's Representative. PART 3 EXECUTION .. 3.1 PLACEMENT i A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Accommodate placement of formed openings. r City of Lubbock, S.A.0 Facilities l: 03200 - 4 C. Set wire ties so ends do not touch forms and are directed into concrete, bot toward exposed concrete surfaces. D. Lap splice lengths: ACI 318 Class B top bar tension splices. E. Extend reinforcement to within 2 inches of concrete perimeter edges. a. If perimeter edge is earth formed, extend reinforcement to within 3 inches of the edge. F. Maintain concrete cover around reinforcing as follows: a. Concrete deposited against earth: 3 inches. b. Formed surfaces exposed to weather or in contact with earth: 2 inches for bars #6 or larger; 1-1/2 inches for reinforcing bars less than #6. 3.2 FIELD QUALITY CONTROL A. Concrete shall not be poured until the Owner's Representative has observed the final placing of the reinforcing steel, and has given permission to place concrete. END OF SECTION City of Lubbock, S.A.C. Facilities 03300 - 1 r SECTION 03300 5 CAST -IN -PLACE CONCRETE PART 1 GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete. B. Floors and slabs on grade, concrete pads and footings. C. Control, expansion and contraction joint devices associated with concrete work, including joint sealants. 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 03108 - Concrete Formwork. �.- 1.3 RELATED SECTIONS f A. Section 03108 - Concrete Formwork: Formwork and accessories. FIR I B. Section 03200 - Concrete Reinforcement. k 1.4 REFERENCES rA. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. r Concreting. D. ACI 305R - Hot Weather E. ACI 306R - Cold Weather Concreting. F. ACI 308 - Standard Practice for Curing Concrete. 4 4 G. ACI 318 - Building Code Requirements for Reinforced Concrete. H. ANSI/ASTM D994 - Preformed Expansion Joint Filler for Concrete (Bituminous Type). I. ANSI/ASTM D 1190 - Concrete Joint Sealer, Hot -Poured Elastic Type. J. ANSI/ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for 1. Concrete Paving and Structural Construction. K. ASTM C33 - Concrete Aggregates. L. ASTM C94 - Ready -Mixed Concrete. M. ASTM C150 - Portland Cement. City of Lubbock, S.A.C. Facilities 03300 - 2 N. ASTM C260 - Air Entraining Admixtures for Concrete. O. ASTM C330 - Light Weight Aggregates For Structural Concrete. P. ASTM C494 - Chemicals Admixtures for Concrete. Q. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Footing Design: Design the footing for all the structures under the supervision of a Professional Structural and Geothechnical Engineer with 5 years of experience in design of concrete footings, licensed in the State of Texas. The design shall be incorporate the recommendations of the soil investigation report from Terra Engineers, Inc., the total factored loading provided in Section 03200 - Concrete Reinforcement, and the limits set on the plans. Submit detail analysis and calculations of footing for each building for -- Owner's Representative records. Submit drawings and backup information for Owner's Representative review and acceptance. Do not proceed with -construction until design has been accepted by Owner's Representative. _ C. The list of project with affidavits for the last five years designed by the Professional Structural and Geothechnical Engineer to be verified by the Owner's Representative for acceptance. _ D. Product Data: Provide data on joint devices, attachment accessories and admixtures. E. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. 1.7 PROJECT RECORD DOCUMENTS A. Submit mix under provisions of Section 01700. B. Accurately record actual locations of embedded utilities and components which are concealed from view. 1.8 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Maintain one copy of document on site. C. Acquire cement and aggregate from same source for all work. D. Conform to ACI 305R when concreting during hot weather. E. Conform to ACI 306R when concreting during cold weather. City of Lubbock, S.A.C. Facilities 03300 - 3 1.9 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I. B. Aggregates: ASTM C33, except as modified below. 1. Fine Aggregate: Clean natural sand. No manufactured or artificial sand. 2. Coarse aggregate: Crushed rock, natural gravel, or other inert granular material. a. Maximum amount of clay or shale particles: 1 percent. b. Gradation: Size #57 or #67. C. Water: Potable, clean, free of oils, acids and organic matter; not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494 Type A - Water Reducing; Type B - Retarding; Type C - Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and Accelerating. C. Fly Ash: ASTM C618 Class F. Obtain from a source approved by the Texas Department of Transportation for use in concrete for bridges. D. Use Chloride free admixtures only. Do not use calcium chloride. 2.3 ACCESSORIES A. Bonding Agent: Polymer resin emulsion, Polyvinyl Acetate or Latex emulsion. C. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate,cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 in 28 days. D. Membrane curing compound: ASTM C309, Type I-D. 1. Resin based, dissipates upon exposure to UV light. 2. Curing compound shall not prevent bonding of any future coverings, coating or finishes. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler ASTM D 1752; Premolded sponge rubber fully compressible with recovery rate of minimum 95 percent. 7 7 City of Lubbock, S.A.C. Facilities 03300 - 4 2.5 CONCRETE MIX A. All concrete to be ready mixed concrete in accordance with ACI 304. Deliver concrete in — accordance with ASTM C94. B. Reinforced concrete shall have a minimum strength of 3,000 psi at 28 days, except for — concrete for over excavation which shall have a minimum strength of 2,000 psiat 28 days. C. Air Entrainment: Provide air entrainment in all concrete resulting in a total air content — percent by volume as follows: TYPE TOTAL AIR CONTENT PERCENT 1 or 3/4 inch 5 to 7 1/2 inch 6 to 8 Air content to be measured in accordance with ASTM C231, ASTM C173, or ASTM C138. D. Slump: 5 inches maximum, 1 inch minimum. Determine slump per ASTM C 143. E. Select proportions for normal weight concrete in accordance with ACI 301 Method 1 or Method 2. F. Provide concrete to the following criteria: Unit Measurement Minimum Cement Content 517 pounds per cubic yard -- Water/Cement Ratio (maximum) 0.45 by weight (mass) Aggregate Size (maximum) 1 inch Fly Ash Content: Maximum 15 percent of cement content. G. Use accelerating admixtures in cold weather only when approved by Owner's Representative. Use of admixtures will not relax cold weather placement requirements. H. Use. set retarding admixtures during hot weather only when approved by Owner's Representative. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01039. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. City of Lubbock, S.A.C. Facilities a 03300 - 5 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing r concrete, insert steel dowels and pack solid with epoxy grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304 and 304.2R. B. Hot Weather Concreting: place in accordance with ACI 305R. C. Cold Weather Concreting: place concrete in accordance with ACI 306R. D. Notify Owner's Representative minimum 24 hours prior to commencement of operations. E. Ensure reinforcement, inserts, embedded parts, formed expansion and contraction joints, are not disturbed during concrete placement. F. Isolation, Construction, and Contraction Joints: 1. Submit floor slab construction and contraction joint plan for approval by Owner's Representative. 2. Saw -cut contraction joints within the next 48 hours after concrete placement. 3. Install isolation joints between bases of pumps and floor slabs. 4. Install joint devices in accordance with manufacturer's instructions. �. G. Slab must be poured monolithically. H. At least 48 hours shall elapse between placing of adjoining concrete construction. Thoroughly clean and remove all laitance and loose and foreign particles from isolation, construction and contraction joints. Before new concrete is placed, coat all construction joints with an approved bonding adhesive used and applied in accordance with manufacturer's instructions. I. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. J. Place concrete continuously between predetermined contraction and construction joints. Do not interrupt successive placement; do not permit cold joints to occur. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces, to be left exposed with smooth finish. B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. D. Do not use water as finishing aid. Use Confilm (Master Builders) or a similar product. City of Lubbock, S.A.C. Facilities 03300 - 6 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure floor surfaces in accordance with ACI 308. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to Owner's Representative and. testing firm for review prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. E. Three concrete test cylinders will be taken for every 40 cubic yards or less of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 3.7 PATCHING A. Allow Owner's Representative to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Owner's Representative upon discovery. C. Patch imperfections in accordance with ACI 301. 3.8 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Owner's Representative. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon expres's direction of Owner's Representative for each individual area. END OF SECTION City of Lubbock, S.A.C. Facilities i SECTION 4 MASONRY DESIGN CRITERIA i 7 04100 - 1 FSECTION 04100 MORTAR AND MASONRY GROUT c PART 1 GENERAL 7i 1.1 SECTION INCLUDES i, A. Cement and lime mortars and general purpose grout and pointing grout for prefaced �a masonry units. 1.2 . RELATED SECTIONS r f A. Section 01300 - Submittals B. Section 04200 - Masonry r 1.3 REFERENCES r, A. ACI 530 - Building Code Requirements for Masonry Structures. • B. ACI 530.1 - Specifications For Masonry Structures. 7 C. ASTM C144 - Aggregate for Masonry Mortar. 6 D. ASTM C150 - Portland Cement. E. ASTM C270 - Mortar for Unit Masonry. F. ASTM C404 - Aggregates for Masonry Grout. G. ASTM C476 - Grout for Masonry. H. ASTM C780 - Preconstruction and Construction Evaluation of Mortars for Plain and 4 Reinforced Unit Masonry. �•. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Product technical data including: l l a. Acknowledgement that products submitted meet requirements of standard referenced. b. Manufacturer's installation instructions. C. Mortar mix design. d. Qualifications of testing lab. e. Mortar, grout and pointing grout test results. 3. Written installation procedure proposed by Contractor for grouting (pointing) i prefaced masonry units. a. Pointing grout manufacturer. b. Pointing grout mix design. i City of Lubbock - S.A.C. Facilities 04100 - 2 1.5 QUALITY ASSURANCE A. Perform Work in accordancewith ACI 530 and ACI 530.1. B. Mock -Ups: 1. Provide mortar for mock-up panels specified in Sections 04200. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to site under provisions of Section 01600. B. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. 1.7 ENVIRONMENTAL REQUIREMENTS A. Cold Weather Requirements: MAC - Recommended Practices and Guide Specifications for Cold Weather Masonry Construction. B. Maintain materials and surrounding air temperature to maximum 90 degrees F prior to, during, and 48 hours after completion of masonry work. PART 2 PRODUCTS 2.1 MATERIALS A. Portland Cement: 1. ASTM C 150, Type I. 2. No. Air entrainment. 3. Natural color. 4. Maximum percent of alkalises: 0.6 in accordance with ASTM C 1502 Table IA. B. Mortar Aggregate: ASTM C 144, standard masonry type. C. Hydrated Lime: ASTM C207, free of gypsum D. Grout Course Aggregate: ASTM C404. E. Aggregate: ASTM C404. F. Water: Potable. 2.2 MORTAR MIXES A. Mortar For Walls and Partitions: 1. Type S, comply with ASTM 2. Do not use masonry cement. 3. Mix materials minimum of 3 minutes. 4. Adjust consistency to satisfaction of mason. 5. Use no anti -freeze additives. City of Lubbock - S.AC. Facilities 04100 - 3 B. General Purposes Grout Mixes: 1. Comply with ASTM C476, Table 1. 2. Use no anti -freeze additives. 3. Mix 5 minutes minimum. 4. Adjust consistency to satisfaction of mason. 5. Minimum 28-day compressive strength of 2500 p.s.i. r 6. At Contractor's option, manufactured grout may be used. Refer to Section 03308. C. Pointing Mortar: 1. Mix shall be in accordance with manufacturer's recommendations. 2. Color: White. 2.3 GROUT MIXES A. Bond Beams or Pilaster: 3,000 psi strength at 28 days; 8-10 inches slump; premixed type in accordance with ASTM C94. 2.4 GROUT MIXING �. A. Mix grout in accordance with ASTM C94. B. Do not use anti -freeze compounds to lower the freezing point of grout. 2.5 MIX TESTS A. Test mortar in accordance with Section 01400. B. Testing of Mortar Mix: In accordance with ASTM C270. r, C. Testing of Grout Mix: In accordance with ASTM C109 using same mix design as proposed for Project. PART 3 EXECUTION 3.1 EXANIINATION A. Request inspection of spaces to be grouted 3.2 INSTALLATION A. Install mortar and grout in accordance with premix mortar manufacturer's instructions and NCMA TEK 23A low lift grouting requirements. B. Work grout into masonry cores and cavities to eliminate voids. C. Do not install grout in lifts greater than 16 inches or two CMU courses without consolidating grout by rodding. 1 D. Do not displace reinforcement while placing grout. r' E. Remove excess mortar from grout spaces. f' F. Coarse Grout: 1. Use coarse grout in spaces with least dimension over 2 in. City of Lubbock - S.A.C. Facilities 04100 - 4 2. Install in all reinforced vertical cells and bond beams of CMU. 3. Install in vertical cells adjacent to openings or at CMU partition ends. G. Fine Grout: 1. Grout all door frames in masonry. 3.3 FIELD QUALITY CONTROL A. Performed preconstruction test on field mortar and grout before start of masonry construction in accordance with ASTM C780. 1. Perform one C780 test per week on field mortar and grout during masonry construction. 2. Retest in accordance with C780 if any of the tests fail. B. Field inspection and testing will be performed under provisions of Section 01400. C. Test and evaluate grout in accordance with ASTM C 1019. D. Test mortar and masonry units to ASTM C1072 and E518; test in conjunction with masonry unit sections specified. E. If mortar begins to stiffen within 2 - 1/2 hrs, it may be retempered by adding water and remixing. F. Do not use motar after it has begun to set. No motar shall be used beyond 2 - 1/2 HRS after initial mixing. G. Use grout within 2 hrs after initial mixing. Use no grout after it has begun to set. H. - Verify all exterior joints in prefaced masonry units have been raked out to required depth. 3.4 SCHEDULES A. Exterior Cavity Wall: Type S mortar with Type N pointing mortar. END OF SECTION City of Lubbock S.A.C. Facilities 04155 - 1 SECTION 04155 THROUGH WALL FLASHING PART 1 - GENERAL 1.1 SECTION INCLUDES: A. Through wall flashing and weep holes. 1.2 RELATED SECTIONS A. Section 04200 - Masonry. 1.3 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 04200. C. Coordinate with built-in items and veneer coursing. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Product technical data including: a. Aknowledgement 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 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Weeps for cavity wall construction: a. A Wire Products Co. City of Lubbock, S.A.C. Facilities 04155 - 2 b. Dur-O-WalInc. C. Heckman Building Products Inc. d. Williams Products Inc. B. Submit requests for substitution in accordance with Specification Section 01300. 2.2 MATERIALS A. Flashing: 1. Minimum 30 mil EPDM. 2. Tear resistance: ASTM D624, 175 LB/IN minimum. 3. Width as required. 4. Factory precut wherever possible. B. Flashing Adhesive: As recommended by flashing manufacturer for sealing laps and sealing to vertical surfaces. C. Weeps for Cavity Wall Construction: 1. 3/8 IN outside diameter clear plastic tubes. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install to provide positive drainage of cavity moisture. C. Place flashing on bed of mortar before covering with mortar. D. Extend flashing minimum 1/2 IN beyond the face of the brick. After wall construction is _ completed cut flashing to within 1/8 IN from face of wall to form a drip. E. Extend flashings beyond edge of lintels and sills at least 1/4 IN and turn up edge one full _ brick (block) course on inside to direct moisture to exterior. F. Lap flashing minimum of 6 IN and bond two pieces together with flashing adhesive. G. Install upper edge of flashing into block joint. r H. Install weeps maximum 32 IN on center in head joints of first course of masonry immediately above flashings. 1. Do not install weeps over door opening. 3.2 FIELD QUALITY CONTROL City of Lubbock, S.A.C. Facilities 04155 - 3 A. Inspect wall to ensure that mortar has not plugged air space or weep tube. END OF SECTION City of Lubbock, S.A.C. Facilities 04200 - 1 SECTION 04200 MASONRY PART 1 - GENERAL 1.1 SECTION INCLUDES: A. Concrete masonry construction (CMU). B. Masonry cleaning. 1.2 RELATED SECTIONS: A. Section 03208 - Reinforcement. B. Section 04110 - Cement and Lime Mortars. E. Section 07900 - Joint Sealants. 1.3 REFERENCES: A. American Society for Testing and Materials (ASTM): 1. A82, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. C33, Standard Specification for Concrete Aggregates. 4. C9O, Standard Specification for Hollow Load -Bearing Concrete Masonry Units. 5. C145, Standard Specification for Solid Load -Bearing Concrete Masonry Units. 6. C744, Standard Specification for Prefaced Concrete and Calcium Silicate Masonry Units. 1.4 MOCK-UP: A. Construct in conjunction concrete sample wall with minimum dimension of: 1. Concrete Masonry - 4 FT high x 8 FT long utilizing all specified components including metal studs and gypsum sheathing of exterior wall for Engineer review and acceptance. B. Sample wall shall constitute minimum standard of quality for actual construction. Maintain sample wall during construction. City of Lubbock - S.A.C.- Facilities 04200 - 2 C. If not acceptable, construct additional sample walls as required. D. Remove when directed by Engineer. E. Sample wall may be built into permanent wall provided sample area is readily identifiable during construction. F. Sample wall to include all special corners or other special brick detailing. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Indicate bar sizes, spacings, locations, and quantities of reinforcing steel and wire fabric, bending and cutting schedules, and supporting and spacing devices. 4. Apply Engineer's stamp, signed or initialled certifying reinforcement design for the masonry building. B. Samples: 1. Concrete Masonry both split face and split ribbed - Minimum two each 4 x 4 IN samples of units of color selected or specified. C. Certificates: 1. Manufacturer's certificates that products meet or exceed specified requirements. D. Letter stating that Contractor is experienced in this type of masonry cleaning, including. Manufacturer's application instructions and recommendations on neutralizing rinse. E. Detail analysis and calculations of the design of each masonry building performed by the Registered Professional Engineer. 1.6 QUALIFICATIONS A. Design reinforced masonry building under the direct supervision of a Professional Structural Engineer with 5 years experience in the design of masonry buildings, and licensed in the state of Texas. Submit the experience in writing for verification within 7 days after the contract has been awarded. City of Lubbock.- S.A.C. Facilities 04200 - 3 r r r 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver units on pallets with tight covers or deliver in cubes and store on dunnage. B. Inspect masonry upon delivery to assure color match with sample wall and dimensional quality and trueness of brick units. C. Return unacceptable units. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. The following Manufacturers are acceptable: 1. Masonry anchors and horizontal joint reinforcing: a. AA Wire Products Co. b. Southern Slag. C. Dur-O-Wall. d. Ty-Wal. e. Heckman. B. Cleaning Solution: 1. Detergent type: a. Pro So Co "Sure Clean #600 detergent masonry cleaner. b. L & M Construction Chemicals, Inc, " Quick Kleen.". 2. Cleaning solution for manganese or vanadium stained masonry: a. Pro So Co, " Vanatrol.". b. L & M Construction Chemicals, Inc, "Vana Kleen." 3. Water; Potable. 4. Neutralizing rinse as required by manufacturer. C. Submit requests for substitution in accordance to Section 0 13 00. 2.2 MATERIALS A. Concrete Masonry Units: 1. 12 inch modular units, ASTM C90 and C 145, Grade N, Type I. (Provide aggregate in accordance with ASTM C33). 2. Sizes and shapes as indicated on Drawings or required for conditions. 3. Face shell and web thickness: ASTM C9O, Table 3. 4. Moisture content: ASTM C90, Table 1. 5. Fire -resistive units: UL rated. City of Lubbock - S.A.C. Facilities B. Horizontal Joint Reinforcing: 1. Cold drawn steel wire, ASTM A82. 2. 9 GA or higher depending on Engineer's design, side rods and cross rods. 3. Galvanized, ASTM A153. 4. Truss design ( concrete masonry only ). 5. Prefabricated corner and tee sections with minimum length of 32 IN from point of intersection. C. Mortar and Grout: Refer to Section 04100. D. Sealants: Refer to Section 07900. E. Anchors at Intersecting Load -Bearing Walls: 1 x 1/4 x 24 IN galvanized steel, ASTM A153, G60 minimum coating, with ends turned up 2 IN. F. Bond Breaker Strips: 15 LB asphalt saturated felt. G. General Purpose Grout: Refer to Section 04110 H. Reinforcing Bars: Refer to Section 03200. I. Control Joint Masonry Keys: Units similar to Dur-A-Wall regular D/A 2001, ASTM D2000, 244-805. PART 3 - EXECUTION 3.1 PREPARATION A. Broom clean or water blast concrete surfaces to remove all dirt, debris or other material with bonding of first course. B. Verify that anchors and flashings are correct. C. Lay out walls in advance for uniform and accurate spacing of bond patterns and joints. Properly locate openings, movement type joints, returns, and offsets. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. General: 1. Build walls to thickness indicated on Drawings. 2. Build in flashing, reinforcing, weep's and related items. 3. Perform all cutting with masonry saws; holes to be made using power drills. Holes made by chipping unit will not be accepted. City of Lubbock - S.A.C. Facilities i 04200 - 5 4. Install standard block in running bond. 5. Cut as required to maintain bond pattern. 6. Use solid units where cutting or laying would expose 7. Avoid use of less than half size units, whenever possible. 8. Do not use chipped, cracked, spalled, stained or imperfect units exposed in finish work. 9. Do not wet concrete masonry units. 10. Build chases and recesses as indicated and required for work of other trades. Provide not less than 8 IN of masonry between chase or recess and jamb of openings, and between adjacent chases and recesses. C. Concrete Masonry Units: 1. Install grouted hollow units under lintel bearing points and in cells containing vertical reinforcing steel. D. Laying and Tooling: 1. Lay out walls in advance for uniform and accurate spacing of bond patterns and joints. Properly locate openings, movements type joints, returns and offsets. 2. Lay masonry units with completely filled bed and head joints. a. Butter ends with sufficient mortar to fill head joints and shove into place. b. ; Do not slush head joints. 3. See Section 04100 for mortar and grout. 4. Maintain nominal 3/8 IN joint widths. a. Cut joints flush where concealed and where veneer plaster coating is required. b. Tool exposed joints concave. C. Compress mortar in below ground joints. d. Rake joints in prefaced concrete masonry in accordance with manufacturer's recommendations for pointing at later time. 5. During tooling of joints, enlarge any voids or holes and completely fill with mortar. 6. Point -up all joints at corners, openings, and adjacent work to provide neat, uniform appearance. 7. Remove masonry disturbed after laying. a. Clean and relay in fresh mortar. b. Do not pound units to fit. C. If adjustments are required, remove units, clean, and reset in fresh mortar. 8. Where work is stopped and later resumed, rack back 1/2 masonry unit length in each course. a. Remove loose units and mortar prior to laying fresh masonry. City of Lubbock - S.A.C. Facilities f 9. As work progresses, build in items indicated on Drawings and specified. a. Fill in solidly with mortar around built-in items. b. Where built-in items are to be embedded in cores of hollow masonry units, place layer of fiberglass mesh in joint below and fill core with general purpose grout. E. Reinforcing: 1. Install reinforcement according to the design by the Registered Professional Engineer. 2. Coordinate continuous joint reinforcement with backer material to provide required reinforcement. Provide continuous horizontal joint reinforcing. a. Embed longitudinal side rods in mortar for entire length with minimum cover of 5/8 IN on exterior side of walls and 1/2 IN at other locations. b. Lap reinforcement minimum 6 IN at ends. C. Do not bridge control and expansion joints with reinforcing except at wall openings. d. Make corners and wall intersections by use of prefabricated "L" and "T" sections. e. Cut and bend as required. 3. 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. 4. At intersecting load -bearing walls, provide rigid steel anchors 16 IN on center vertically, embed ends in mortar filled cores. 5. Install vertical reinforcing bars according to design engineer. 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, install backer rod and sealant. 2. Sealant installation requirements. a. Seal control and expansion joints. b. Seal 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. City of Lubbock S.A.C. Facilities 04200 - 7 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, 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 thickness of walls from dimensions shown on Drawings: a. Minus 1/4IN. b. Plus 1/2 IN. H. Protect against weather when work is not in progress. During inclement weather conditions, cover top of walls with waterproof membrane, extend at least 4 FT down both sides of walls and anchor in place. I. Concrete Masonry Insulating Inserts: I . Block inserts shall be installed in the cores of blocks at the Block Producer's Plant. Inserts shall be properly installed in accordance with manufacturer's specifications to allow blocks to be handled or saw cut without danger of insert dislodgment. Blocks containing damaged or mutilated Cheerful inserts shall not be used. 3.3 FIELD QUALITY CONTROL A. Remove and replace loose, stained, or damaged units as directed by Engineer. 1. Provide new units to match. 2. Install in fresh mortar. 3. Point to eliminate evidence of replacement. 3.4 CLEANING A. Qualifications: I. Use experienced workmen familiar with product and its application. City of Lubbock - S.A.C. Facilities 04200 - 8 B. Preparation: 1. Allow 4 days after completion of masonry work before start of cleaning. 2. Remove excess mortar using wooden paddles and scrapers. . 3. Protect adjacent surfaces not to be cleaned. C. Application: 1. Apply masonry cleaner to exposed -to -view masonry surfaces. a. Do.not use wire brushes. b. Use only tools free of rust. C. Apply solution using fibered wall -washing brush. 2. Thoroughly rinse and pre-soak walls. 3. Flush all loose mortar and dirt from surface. 4. Wet to prevent " run-off' streaking. 5. Scrape off mortar and reapply cleaning solution. 6. After scrubbing, clean thoroughly with pressurized water. 7. Apply neutralizing rinse as recommended by manufacturer. END OF SECTION City of Lubbock - S.A.C. Facilities SECTION 5 STEEL JOISTS 05120 - 1 7 7 SECTION 05120 STRUCTURAL STEEL PART 1 GENERAL 1.1 SECTION INCLUDES A. Structural steel framing members. B. Base plates. C. Grouting under base plates. 1.2 RELATED SECTIONS A. Section 05210 - Steel Joists. B. Section 05311 - Steel Roof Deck: Support framing for small openings in roof deck. C. Section 05500 - Metal Fabrications: Steel fabrications affecting structural steel work. 1.3 REFERENCES A. AISC - Code of Standard Practice - Manual of Steel Construction - Allowable Stress Design (ASD). B. ASTM A36 - Structural Steel. C. ASTM Al08 - Steel Bars, Carbon, Cold -Finished, Standard Quality. D. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. E. ASTM A325 - High Strength Bolts for Structural Steel Joints. F. ASTM A490 - Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints. G. ASTM A501 - Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. H. ASTM A572 - High -Strength Low -Alloy Columbium -Vanadium Steels of Structural Quality. 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Shop Drawings: 1. Fabrication and/or layout drawings: a. Steel erection plans and complete details for all structural steel including details of all connections. Structural steel shop drawings shall be sealed by a professional Engineer registered in the State of Texas, retained by Contractor to design connections, prior to submittal. Show all cuts, copes, holes, and welds. Indicate all shop and field welds using AWS symbols. City of Lubbock, S.A.C. Facilities 05120 - 2 b. Prepare structural steel shop drawings under National Institute of Steel Detailing Quality Procedures Program certification. C. Complete shop drawings for all of the work showing clearly all pieces, details, connections and paint. Contractor not permitted to reproduce Engineer's framing plans for this purpose. Prepare independent complete erection Drawings showing the marks of all pieces. d. All shop drawings checked and signed approved by the Engineer before submittal. e. Copies of up-to-date erection Drawings, containing marks of all pieces submitted for review shall accompany the shop drawings. Use match on the structural steel erection drawings to indicate the sheet number on which each particular member is detailed. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Submit all detail analysis and calculations performed by the Engineer to the Owner's Representative for record purposes. D. Manufacturer's Mill Certificate: Certify that Products meet or exceed specified requirements: E. Mill Test Reports: Submit indicating structural strength, destructive and non-destructive test analysis. F. Welders Certificates: Certify welders employed on the Work, verifying AWS qualification within the previous 12 months. 1.5 QUALITY ASSURANCE A. Fabricate structural steel members in accordance with AISC Code of Standard Practice. B. Perform Work in accordance with AISC Section 10. C. Maintain one copy of each document on site. D. Fabricator: Company specializing in performing the work of this section with minimum 5 years documented experience. E. Erector: Company specializing in performing the work of this section with minimum 5 years documented experience. PART 2 PRODUCTS 2.1 MATERIALS A. Structural Steel Members: ASTM A36 unless noted otherwise on Drawings. B. Bolts, Nuts, and Washers: ASTM A325 bolts Provide washers for all nuts. C. Anchor Bolts: ASTM A307. City of Lubbock, S.A.C. Facilities 05120-3 r D. Welding Materials: 1. Shielded metal -arc: AWS A5.1 or AWS A5.5, E70XX. �•. 2. Submerged -arc: AWS 5.17 or A5.23, F7X-EXXX. 3. Gas metal -arc: AWS A5.18, E70S-X or E70U-1. ` 4. Flux cored -arc: AWS A5.20, E70T-X (except 2, 3, 10, GS). E. Grout: Non -shrink type, pre -mixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing additives, capable of developing a minimum compressive strength of 7,000 psi at 28 days; 2.2 FABRICATION A. Comply with requirements of application building codes and AISC Specification with herein. modifications and additional requirements specified B. Minimize the amount of fielding welding. Shop assemble components into largest size possible commensurate with transportation and handling limitations. . 1. Shop connections: Bolted with high strength bolts or welded. C. Connection Details: 1. Connections not fully detailed on Drawings shall be designed by a Professional Engineer registered in the State of Texas, retained by Contractor, based on requirements of Contract Documents. 2. Design beam connections to support reaction according to the analysis performed by the Engineer. 3. Where there is no reaction, design beam connection to support one-half of total uniform load tabulated in AISC tables for "Uniform load Constants for Beams" for the given shape, span and steel specified. 4. Design beam connections for the axial load or transfer forces indicated in addition ,.. to the shear forces. 5. Design connection of bracing to the frames for axial load indicated on the Drawings. 6. Design girt connections for a 20 psf horizontal load acting either inward or i' outward in addition to a 10 psf vertical load due to panel and girt weight. D. Provide as a minimum, 3/4 IN DIA, ASTM A325 high -strength bolts for all bolted p .. connections. E. Minimum of two bolts per bolted connection. r' F. Provide friction -type connections for all bolted connections. G. One-sided or other types of eccentric connections not indicated will not be permitted without prior approval. H. Accurately mill bearing surfaces to true plane. I. Fabricate and erect beams without specified camber in accordance with AISC Specification Section 1.19.3. J. Cut, drill, or punch holes at right angles to surface of metal. 1. Do not make or enlarge holes by burning. 2. Make holes clean cut, without torn or ragged edges. fi L; City of Lubbock, S.A.C. Facilities 05120 - 4 3. Remove outside burrs resulting from drilling or reaming operations with tool making 1/16 IN bevel. 4. Provide holes in members to permit connection of work of other trades or contractors. K. Make allowance for draw in all cross bracing to provide small amount of initial tension in members. L. Make splices only where indicated or where approved. M. Field Connections: Provide bolts for all field connections except where shown otherwise on the Drawings. L Use high -strength bolts - ASTM A325 bolts, unless shown or specified otherwise. 2. Use of high -strength bolts: Conform to "Specifications for Structural Joints Using ASTM A325 or A490 Bolts", as approved by Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation, and published by AISC. -' 3. Standard bolts may be used for attaching stair treads to stringers. 4. If structural steel details (field welds verses shop welds, etc.) shown on design Drawings are not compatible with erection procedures, submit proposed modifications for review. 5. Prior to making field connections to existing structural steel, remove completely all paint from existing steel which will be in contact with new steel and new welds. 6. - Connections to structural steel provided by others: Provide all connectors and coordinate location of bolt holes to match connection holes in steel provided by others. N. Headed Studs and Deformed Bar Anchors: 1. Automatically end welded in accordance with AWS code and manufacturer's recommendations. 2. Fillet welding of headed studs and deformed bars anchors is not allowed. O. Cope at 45 degrees, corners of stiffener plates at junction of member flanges with webs. r P. Flame cut bevels for field welds, provided such cutting is done automatically. Leave free burrs and slag. Q. Grind smooth all rough welds and sharp steel edges shall be ground to approximately 1/8 radius. 2.3 SHOP WELDING A. Requirements of this section apply to shop welding and field welding. B. Comply with AWS Code, and other requirements indicated, for all welding, techniques of welding employed, appearance and quality of welds, and methods used to correct defective work. C. Test and qualify welders, welding operators and takers in compliance with AWS Code for position and type of welding to which they will be assigned. D. Comply with AWS D 1.1 for joint welding procedures. E. Before Starting Welding: City of Lubbock, S.A.C. Facilities 05120 - 5 L Carefully plumb and align members in compliance with specified requirements. 2. Preheat base metal to temperature stated in Table 4.2 of AWS Code. a. When no preheat temperature is given in Table 4.2 and base metal is below 50 DegF, preheat base metal to at least 70 DegF. b. Maintain temperature during welding. C. Preheat surface of all base metal within distance from point of welding equal to thickness of thicker part being welded of 3 IN, whichever is greater, to specified preheat temperature. d. Maintain this temperature during welding. 3. Fully thighten bolts. 4. Comply with Section 3 of AWS Code for assembly and surface preparation. 5. Each welder shall use identifying mark at welds where he has worked. F. Where groove welds have back-up plates, make first three passes within 1/8IN round electrodes. G. Use backup plates in accordance with AWS Code, extending minimum of 1 IN either side of joint. H. Make flange welds before making web welds. I. Grind flush web fillets at webs before making webs welds. J. Manual Shielded Metal -Arc Welding: Dry and store electrodes in compliance with AWS Code. K. Low Hydrogen Electrodes: in compliance with AWS Code. L. Do not perform welding when ambient temperature is lower than 0 DegF or where surfaces are wet or exposed to rain, snow, or high wind, or when welders are exposed to inclement conditions. 2.05 SHOP COATING A. Refer to Section 09905. B. Provide suitable methods of handling and transporting painted steel to avoid damage to coating. C. Do not coat following surfaces: 1. Machined surfaces, surfaces adjacent to field welds, and surfaces fully embedded in concrete or covered with fireproofing. 2. All other members for which no coating is specified. D. Clean thoroughly all surfaces not coated before shipping. Remove loose mill scale, rust, dirt, oil and grease. Protect machined surfaces. 2.06 SOURCE QUALITY CONTROL A. Testing: Contractor will employ and pay services of an independent testing agency with the Owner prior approval to inspect and test structural steel work for compliance with Specifications. Contractor responsible for testing to qualify shop and field welders and as needed fro Contractor's own quality control to ensure compliance with Contract r City of Lubbock, S.A.C. Facilities 05120 - 6 Documents. Contractor provides sufficient notification and access so inspector and testing can be accomplished. Contractor pays for retesting of failed tests and for additional testing required when defects are discovered. B. Responsibilities of Testing Agency: 1. Inspect shop and field welding in accordance with Section 6 ofAWS Code including the following non-destructive testing: a. Visually inspect all welds. b. Test 50 percent of full penetration welds and 10 percent of fillet welds with liquid dye penetrant. C. Test 20 percent of full penetration welds with ultrasonic or radiographic testing. 2. Inspect high -strength bolting in accordance with Section 9 of the Specification for Structural Joints. 3. Inspect structural steel which has been erected. 4. Inspect stud welding in accordance with Article 4.26, AWS Code. 5. Prepare and submit test reports to Engineer. Assist Engineer to determine corrective measures necessary for defective work. PART 3 EXECUTION 3.1 GENERAL A. Take into consideration that full structural capacity of many structural members is not realized until structural assembly is complete; e.g., until 'slabs, decks, and diagonal bracing are installed. B. Plumb, align, and set structural steel members to specified tolerances. Use temporary guys, braces, shoring, connections, etc., necessary to maintain the structural framing plumb and in proper alignment until permanent connections are made, the succeeding work is in place, and temporary work is no longer necessary. Use temporary guys, bracing, shoring, and other work to prevent damage to adjacent work or construction from stresses due to erection procedures and operation of erection equipment, construction loads, and wind. Remove and dispose of all temporary work and facilities off site. C. Examine work -in -place on which specified work is in any way dependent to ensure that conditions are satisfactory for the installation of the work. Report defects in work -in - place which may influence satisfactory completion of the work. Absence of such notification will be constructed as acceptance of work -in -place. D. Field measurement: Take field measurement as necessary to verify or supplement dimensions indicated on the Drawings. Contractor responsible for accurate fit of the work. E. Check the elevations of all finished footings or foundations and the location and alignment of all anchor bolts before starting erection. Use surveyor's level. Notify Owner of any errors or deviations found by such checking. 3.2 ERECTION A. Allow for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb, and in true alignment until completion of erection and installation of permanent bracing. City of Lubbock, S.A.C.'Facilities rw i 05120 - 7 B. Conform to provisions to RISC "Code of Standard Practice for Steel Buildings," Section 7 "Erection," except where shown or specified otherwise in Contract Documents. Provisions in Contract Documents shall hold priority to provisions of "Code of Standard Practice for Steel Buildings," where conflicts exist. C. Use light drifting necessary to draw holes together. Drifting to match unfair holes is not allowed. D. Do not field -cut or alter structural members without approval of Owner's .. Representative. E. Welding: Conform to AWS D1.1 "Structural Welding Code" and requirements of Article 2.04 specified herein before. When joining two sections of steel of different ASTM designations, welding techniques shall be in accordance with a qualified AWS D1.1 procedure. F. Shore existing members when unbolting of common connections is required. Use new bolts for rebolting connections. �,.. G. Clean stored material of all foreign matter accumulated during erection period. H. Set base and bearing plates accurately, as indicated, and grout immediately. 1. Use nonshrink grout. 2. Use metal wedges, shims or setting nuts as required. C 3. Pack grout solidly between plate and bearing surface. 4. Fill sleeves around anchor bolts with non -shrink grout. ? I. Clean bearing and contact surfaces before assembly. 4 J. Install ASTM A325 bolts with hardened washers. Install and tightened in accordance with Section 8 of Specifications for Structural Joints. 1. Use turn -of -nut tightening to provide the bolt tension as specified in AISC "Specification for Structural Joints" Using ASTM A325 or A490 bolts. 2. Perform all calibration testing for high strength bolts per Section 8-b of Specification for Structural Joints. 3. Torque wrenches shall be used only by the laboratory personnel. 4. In the event any bolt in a connection is found to be defective, check and r retightened all bolts in the connection. K. Do not use gas cutting to correct fabrication errors. In case members do not fit or holes do not match, ream out the holes and insert the next larger size bolt. If the connections `. require new holes, then drill new holes. Make no such corrections without prior approval of the Engineer. 1. Burning of holes :Not permitted. L. Tighten and leave in place erection bolts used in welded construction. M. Provide beveled washers to give full bearing to bolt head or nut where bolts are to be t used on surfaces having slopes greater than 1 in 20 with a plane normal to bolt axis. N. After bolts are tightened, upset threads of A307 unfinished bolts to prevent nuts from backing off. City of Lubbock, S.A.C. Facilities 05120 - 8 O. After erection, grind smooth all sharp surface irregularities resulting from field cutting or welding; power tool clean welds, bolts, washers and abrasions to shop coat removing all rust and foreign matter. P. Wedge -type expansion bolts to have a minimum embedment of 4 inch into concrete or masonry unless noted otherwise on Drawings. 3.3 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1 in 500, maximum. B. Maximum Offset From True Alignment: 1/2 in maximum, each side of centerline location shown on Drawings. C. Displacement of centerline of exterior columns: 1/2 IN maximum, each side of centerline location shown on Drawings. 3.4 CLEANING AND REPAIR OF SHOP PRIMER PAINT A. After erection, clean all steel of mud or other foreign materials, and repair any damage. Comply with Section 09905. END OF SECTION City of Lubbock, S.A.C. Facilities 05211 - 1 SECTION 05211 " STEEL JOISTS PART 1 - GENERAL r R 1.1 SECTION INCLUDES A. Steel joists and joist girders. 1.2 RELATED SECTIONS A. Section 01300 - Submittals B. Section 05120 - Structural Steel t C. Section 09905 - Painting and Protective Coatings. 4 1.3 REFERENCES A. American Institute of Steel Construction (AISQ: a. Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings. B. American Society for Testing and Materials (ASTM): a. A36, Specification for Structural Steel. . b. A307, Carbon Steel Externally Threaded Standard Fasteners. C. A325, High -Strength Bolts for Structural Steel Joints. d. A490, Standard Specification for Heat -Treated Steel Structural Bolts, 150 ksi Minimum Tensile Strength. C. American Welding Society (AWS): r� a. D 1.1, Structural Welding Code - Steel. D. Steel Joist Institute (SJI): ` a. Recommended Code of Standard Practice for Steel Joists and Joist Girders. �., b. Standard Specifications for Open Web Steel Joists, K-Series. q C. Standard Load Table Open Web Steel Joists, K-Series. t d. Standard Specifications for Longspan Steel Joists LH-Series and Deep �- Longspan Steel Joists DLH-Series. e. Standard Load Table Longspan Steel Joists, LH-Series. f. Standard Load Table Deep Longspan Steel Joists, DLH-Series. g. Standard Specifications for Joist Girders. h. Steel Structures Painting Council (SSPC): a. Chapter 15, Painting Hydraulic Structures. 1. . City of Lubbock, S.A.C. Facilities r i F 05211 - 2 i. United States Army, Corps of Engineers: A. CRD-C621, Specification for Non -Shrink Grout. B. Qualifications: 1. Manufacturer: Member of Steel Joist Institute. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Fabrication and/or layout drawings: a. Steel erection plans and complete details for all structureal steel including details of all connections. Structural steel shop drawings shall be sealed by a professional Engineer registered in the State of Texas, retained by Contractor to design connections, prior to submittal. _ b. Detailed shop drawings showing size and layout of joist units, bridging, connections, and accessories. Include mark, number, type, location, and spacing of joists and bridging. — c. Provide templates or location drawings for installation of anchor bolts. d. Provide details of bridging, method of attachment to joists, and joist end anchorage and other details required for joist installation. Indicate bevelled '- end plates for joist roof pitch where required. e. Shop drawings shall not be reproductions of the Contract Drawings. All shop drawings checked and signed approved by the Engineer before submittals. 3. Product technical data including: a. Manufacturer's certification that steel joists comply with specified requirements. 4. Certifications: a. Manufacturer member of SJI. b. Capability of joist per paragraph 2.03 A and D. B. Submit all detail analysis and calculations performed by the Engineer to the Owner's Representative for record purposes. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle steel joists as recommended by SJI. Exercise care to avoid damage to joists. B. Store joists clear of earth on platforms, skids or other supports. Protect joists after delivery to prevent rust and deterioration. -� C. Provide anchor bolts and other items to be embedded in concrete or masonry, with templates as required, in time for incorporation into the work. City of Lubbock, S.A.C. Facilities 05211 - 3 JOA I PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Nucor Corporation Vulcraft Divisions. 2. Socar Incorporated. 2.2 MATERIALS A. Unfinished Threaded Fasteners: ASTM A307, Grade A, regular hexagon type, low carbon steel, with ANSI B27.2, Type B, carbon steel washers. B. High -Strength Threaded Fasteners: ASTM A325 or A490 as required, heavy hexagon structural bolts with nuts and hardened washers. 2.3 STEEL JOISTS A. Design of steel joists to be supplied to have been checked by the Steel Joist Institute and found to conform to the steel standard specifications and load tables. B. Fabrication: 1. Fabricate in accordance with SH 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 On masonry or concrete: 6 IN min On steel: 4 IN min C. Special or Concentrated Loads: Where special or concentrated loads are indicated, reinforce joist and develop details as necessary for support of such loads. D. Provide extended top chords where indicated. Comply with SJI requirements and load tables. City of Lubbock, S.A.C. Facilities 05211 - 4 E. Provide nailers bolted to top chord where indicated. F. 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. G. 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. 2.4 SOURCE QUALITY CONTROL A. Engineer reserves right to inspect joists or manufacturer's shop during joist fabrication. PART 3 - EXECUTION 3.1 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. D. 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. City of Lubbock, S.A.C. Facilities S 05211 - 5 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 distance between points of lateral support. E. 1 r" 3.2 INSTALLATION A. Do not install joists damaged so that strength is impaired. B. Do not overload joists. Note: Joists may not be able to carry design loads until bridging and deck is fully installed. C. Where not specifically indicated otherwise, place and secure steel joists in accordance with SJI specifications and as herein specified. D. Field weld joists to supporting steel framework in accordance with SJI specifications for t type of joists used. Coordinate welding sequence and procedure with placing of joists. E. Bearing on Masonry or Concrete Bearing Surfaces: 1. Secure joists resting on masonry or concrete bearing surfaces by bedding in mortar and anchoring to masonry or concrete construction as specified in SJI specifications for type of steel joist used. a. Masonry or concrete required to support joists to have reached required 28- day compressive strength prior to placing joists thereon. 2. Furnish anchor bolts or steel bearing plates to be built into concrete and masonry construction. Furnish templates as may be necessary for accurate location of anchors. Steel bearing plates to conform to ASTM A36. 3. Bedding mortar: a. Sand Cement Grout: 1) Approximately 3 parts sand, 1 part portland cement, 6 plus/minus 1 percent entrained air and water to produce a slump which allows grout to completely fill required areas and surround adjacent reinforcing. 2) Minimum 28-day compressive strength: 3000 psi. b. Non -shrink grout complying with Corps of Engineers CRD-C621. F. Place joists on supporting work, adju-st and align in accurate location and spacing before permanently fastening. 1. Provide end bearing and anchorages to secure joists to supporting members or walls in accordance to SJI Specifications, unless otherwise indicated. 2. When joists do not bear flush on supporting member or wall, take corrective measures to ensure full bearing. Provide steel shims as required for uniform flush bearing. G. Provide type, size, spacing, and attachment of bridging in accord with SJI specifications, where not specifically indicated otherwise, except as modified herein. 1. Provide diagonal type bridging as indicated. City of Lubbock, S.A.C. Facilities. 05211 - 6 2. Provide additional bridging at each line between exterior and first interior joist and then at every 12th joist space. 3. Do not use sag rods as substitute for bridging. H. Install bridging completely, immediately after erection, and before any loads are applied. _ 1. Anchor ends of bridging lines at top and bottom chords of each joist and where erminating at walls or beams. 2. Provide bridging connections at top and bottom chords capable of safely resisting a force specified by SH Standard Specifications for open web, long span, deep long span joists, and joist girders respectively. 3. Where five rows of bridging are required in spans over 40 FT, laterally brace each joist before erecting next joist or applying loads. 4. Do not release hoisting cables before installing center row of diagonal bridging and anchoring bridging line to prevent lateral movement. -- 5. During construction period, Contractor is responsible for any loads placed on joists. Contractor's attention is directed the fact that joists may be unstable and cannot carry their design load until steel deck and bridging are completely -- installed. I. Remove or repair damaged joists or other work, to satisfaction of Engineer at no additional expense to Owner. J. After installation, touch up paint or field paint as specified in Section 09905. END OF SECTION City of Lubbock, S.A.C. Facilities SECTION 7 MASONRY WALL SYSTEM 1, f P C 4 w 4 k - 07100 - 1 SECTION 07100 R MASONRY WALL SYSTEM PART 1 - GENERAL 1.1 SECTION INCLUDES A. Masonry liquid water repellant. B. Building Insulation. 1.2 RELATED SECTIONS r A. Section 03300 - Concrete. B. Section 04200 - Masonry. 1.3 REFERENCES r . A. Federal Specifications (FS): a. HH-I-524C. B. Underwriters Laboratories Inc. (UL): a. Building Materials Directory. 1.4 QUALITY ASSURANCE A. Mock -Ups: 1. Product shall be applied to sample wall erected under Section 04200. 1.5 SUBMITTALS A. Shop Drawings: 1: See Section 01300. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Manufacturer's recommendations on sealants and mastics. _ 3. Warranty. 1.6 WARANTY A. Provide manufacturer's standard 10-year performance warranty. �,. r City of Lubbock, S.A.C. Facilities 07100 - 2 1.7 WALL COATING A. Provide the wall coating according to Section 09905 - Painting and Protective Coatings. B. The interior walls must positively sealed. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Liquid water repellant: _ a. L & M Construction Chemicals (Pentane). b. Nox-Crete Chemicals Inc.(Stifel). C. Pecora (Mere -Seal 920-S). d. Dynamit Nobel (Chemtrete BSM-20). 2. Concrete masonry insulation inserts: a. Korfil. b. Or approved equal. B. Submit requests for substitution in accordance with Specification Section 01300. 2.2 MATERIALS A. Liquid Water Repellant: Clean, non -staining, non -yellowing, deep penetrating silane sealer. B. Concrete Masonry Insulation Inserts: Cells of concrete masonry units in exterior walls, where indicated, shall be filled with Korfil or approved equal. The expanded polystyrene insulation inserts shall be individually molded to have a minimum density of 1.3 pcf and a maximum water vapor transmission rate of 1.4 per inch, and shall conform to Federal Specification HH-I-524C. PART 3 - EXECUTION 3.1 MASONRY SURFACE PREPARATION A. Protect adjacent surfaces not intended to be covered. B. Clean surfaces to be covered in accordance with manufacturer's recommendations. City of Lubbock, S.A.C. Facilities 07100 - 3 r C. Make all mortar repairs at least 48 HRS prior to application. D. Allow masonry surfaces to cure minimum of 10 days prior to application. r 3.2 INSTALLATION AND APPLICATION 1 A. MASONRY LIQUID WATER REPELLANT 1. Install products in accordance with manufacturer's instructions. 2. Apply two coats to exterior work. �. 3. Apply to exterior brick surfaces exposed to view. B. CONCRETE MASONRY INSULATION INSERTS 1. Block inserts shall be installed in the cores of blocks at the Block Producer's Plant. r' Inserts shall be properly installed in accordance with manufacturer's specifications to allow blocks to be handled or saw cut without danger of insert dislodgement. Blocks containing damaged or mutilated Korfil inserts shall not be used. f' END OF SECTION C f F /ir+^ 1 r, 1 h City of Lubbock, S.A.C. Facilities 07500 - 1 SECTION 07500 ROOFING SYSTEM PART 1 - GENERAL 1.1 SECTION INCLUDES A. Adhered elastomeric roofing. B. Architectural flashing and sheet metal work. 1.2 RELATED SECTIONS A. Section 07600 - Flashing and Sheet Metal. B. Section 07534 - Adhered Elastomeric (EPDM) Sheet Roofing. C. Section 07900 - Joint Sealants. D. Section 09905 - Painting and Protective Coatings. 1.3 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D4637, Standard Specification for Vulcanized Rubber Sheet Use in Single -Ply Roof Membrane. 2. A526, Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process Commercial Quality. 3. B32, Standard Specification for Solder Metal. 4. B209, Standard Specification for Aluminum and Aluminum Alloy Sheet and Plate. 5. B308, Standard Specification for Aluminum Alloy 6061-T6 Standard Structural Shapes. 6. B486, Standard Specification for Paste Solder. B. Factory Mutual (FM): 1. Fire -Resistance Rating. 2. Wind Uplift Rating. C. Underwriter's Laboratories, Inc.(UL): 1. Building Materials Directory. City of Lubbock, S.A.C. Facilities 07500 - 2 D. American Architectural Manufacturer's Association (AAMA): 1. 605.2, Voluntary Specification for High Performance Organic Coatings on Architectural Extrusion and Panels. E. Sheet Metal and Air Conditioning Contractors National Association (SMACNA): 1. Architectural Sheet Metal Manual. 2. Architectural Sheet Metal Specifications. 1.4. Qualifications: 1. Applicator factory trained and approved in writing by roofing manufacturer. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01300. -- 2. Fabrication and/or layout drawings: a. Scaled outline of roof showing slopes, edge details, penetrations and details, and any special condition not covered on the Drawings. b. Scaled drawing showing expansion joint locations, special conditions, profile, fastening and jointing details 3. Product technical data including: _ a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 4. Certifications Prior to Installation: a. Certification of applicator qualifications. _ b. Certificates showing testing agency approval of assembly for ratings indicated. C. Letter from roofing manufacturer and insulation manufacturer stating _ that roof insulation being used is compatible with roofing system and will perform properly for intended use. d. Letter from mechanical fastener manufacturer stating that fasteners being used are compatible with roofing system and will perform properly for intended use. 5. Certifications for Final Closeout: a. Certification by manufacturer's representative that roof has been installed properly. b. Warranty. B. Samples: 1. Finish and color samples for each product specified for Engineer selection. C. Maintenance Manuals: 1. Maintenance data and repair kit. City of Lubbock, S.A.C. Facilities 07500 - 3 1.6 WARRANTY A. Manufacturer's standard 10-year warranty of watertightness signed by roofing material's manufacturer. 1. - Warranty to include provision to allow Owner to make emergency repairs. B. Applicators Maintenance Agreement: One year after issuance of warranty by manufacturer, applicator shall: 1. Inspect roof and flashing. 2. Make required repairs thereto. 3. Submit written report to Owner including: a. Date of inspection. b. Condition of roofing and flashing membrane. C. Repairs made. C. Furnish 5-year guarantee on sheet metal work, signed jointly by Contractor and sheet metal installer. 1. Agree to repair or replace work which leaks water or deteriorates excessively, including color failure, or otherwise fails to perform as watertight flashing. D. Clad steel shall be provided with manufacturer's standard 20-year warranty against color fade, chalking and film integrity. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject tp compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Roofing system: a. Carlisle Syntech Systems Inc. b. Firestone Building Products Co. C. Gen Corp. d. Goodyear Tire and Rubber Co. e. Syenergy Methods Inc. 2. Other materials: a. Manufacturers as noted. 3. Formed aluminum copings: a. MM Systems Corp. . b. Construction Specialties Inc. C. W.P.Mckman Co. 4. Clad steel fleshings: a. Vincent Brass and Aluminum Co. b. Peterson Aluminum Corp. City of Lubbock, S.A.C. Facilities 07500 - 4 5. Reglets: a. Fry Reglet Corp. b. Superior. c. Cheney. B. Submit request for substitutions in accordance with Specification Section 01300. 2.2 FLASHING AND SHEET METAL _ A. Materials 1. Factory Formed Aluminum Coping: A. Coping piece: Aluminum, ASTM B209. B. Coping chair: Steel, galvanized per ASTM A526. 2. Sheet Metal: Steel, galvanized per ASTM A526. 3. Fasteners: Non-ferrous compatible with sheet metal. 4. Retainer Clips: Galvanized steel or stainless steel. 5. Solder: ASTMB32 or B486. 6. Dissimilar Metal Protection: Comply with Section 09905. -- 7. Reglets: Non-ferrous, compatible with sheet metal. B. Accessories 1. Overflow Scuppers: Same material as sheet metal. 2. Other accessories as required to form a complete watertight system. 3. Coordinate accessories with fascia system. 4. Finish to match fascia finish. C. Fabrication 1. Factory Formed Aluminum Coping: a. Coping piece which locks to an aluminum or galvanized steel gutter coping chair which is anchored to top of wall. b. Minimum 0.050 IN coping. C. 20 GA, galvanized coping chair. d. Finish of aluminum coping: Fluorocarbon coated -color as selected by Engineer from manufacturer's standard. e. Factory welded and mitered corners. f. Similar to MM Systems SLF Series I. 2. Prefinished Sheet Metal: a. Smooth finish clad steel. b. Minimum 24 GA galvanized steel, G-90 coating. C. Coated on exposed face with fluoropolymer coating, minimum 1.0 mil dry film thickness. Back side coated with 0.4 mil fluoropolymer coating. 3. Retainer Clips: 16 GA galvanized steel, G60 coating minimum. City of Lubbock, S.A.C. Facilities 1� 07500 - 5 2.3 4. Reglets: a. Profiles required for uses shown on Drawings. b. Use 24 GA galvanized steel with galvanized steel sheet metal. C. Provide interior and exterior preformed corners as required. d. Fabricate as required to fit special conditions. 5. Shop fabricate items to maximum extent possible. a. Fabricate true and sharp to profiles and sizes indicated on Drawings. 1. Shop fabricate and weld all corners. SHEET ROOFING DESIGN CRITERIA A. Roof Assembly Design Criteria: 1. UL Class A roof covering. 2. FM Class I-90 wind uplift rating. B. Roofing System: Single -ply rubber membrane (EPDM) fully adhered over insulation. 2.4 SHEET ROOFING SYSTEM COMPONENTS A. Use only materials approved by roofing materials manufacturer. B. Roofing Membrane: 1. EPDM rubber sheet. 2. ' 0.060 IN thick. 3. Color: Black. 4. ASTM D4637. C. Roof Insulation: Expanded polystyrene -wood fiber composite board with approved facers. 1. Approved by roofing manufacturer. 2. UL listed for assembly indicated. 3. Thickness: 2 IN minimum. 4. Taper to provide slope of 1/4 IN per foot minimum or as noted on the Drawings. 5. Provide insulation which does not require additional membrane underlayment for adhering membrane. D. Flashing:_ Uncured neoprene sheet, 0.060 IN thick or EPDM roofing membrane used for roofing work. E. Adhesives, Tapes, Cements and Sealants: Roofing manufacturer's standard. F. Provide all miscellaneous accessories as required. City of Lubbock, S.A.C. Facilities 07500 - 6 G. Fasteners as recommended by component manufacturer and FM. 2.5 MAINTENANCE MATERIALS A. Provide Owner with patch repair kit containing as a minimum. 1. Lap sealant. _ 2. Piece of roofing membrane 2 x 2 FT. 3. Adhesive and primer. B. Instruct Owner's personnel on making emergency patch and repairs to roof. C. Owner to notify roofing manufacturer within 3 working days if emergency repairs are made by Owner personnel. PART 3 - EXECUTION 3.2 FLASHING AND SHEET METAL INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install all nailers not indicated, but required; nailers indicated are part of work of Section 06100. C. Installation of Insulation: 1. Cut insulation neatly to fit around all roof penetrations and projections. 2. Butt joints tightly. 3. Attach insulation in accordance with FM and manufacturer's recommendations. 4. Provide tapered insulation where shown or required. D. Installation of Roofing: 1. Seal seams with lap sealant same day they are laid. 2. Install flashing at all vertical surfaces, roof interruptions and penetrations. 3. Have representative of manufacturer make an inspection and issue written _ report to Engineer that roofing system has been installed properly. 4. Install walking surfaces where indicated. E. Flash all roof penetrations in accordance with roofing manufacturer's standard details. 3.3 SHEET ROOFING SYSTEM A. Install products in accordance with manufacturer's instructions, SMACNA, and as indicated on Drawings. City of Lubbock, S.A.C.' Facilities 07500 - 7 B. Solder steel and weld aluminum to achieve weathertight joints and required details; do not solder or weld slip joints and prefinished items. C. Set top edges of sheet metal flashings into reglets or as indicated on Drawings. D. Fasten materials at intervals recommended by SMACNA. E. Install slip joints to allow for thermal movement as recommended by SMACNA and manufacturer. I. Use SMACNA detail plate 44, Figure C, with 4 IN calked lap. 2. Maximum spacing: IOFT OC. 3. Provide slip joint 24 IN from corners. F. Calk joints with two beads of sealant on each overlap. Refer to Section 07900 for sealant. G. Form flashings to provide spring action with exposed edges hemmed or folded to create tight junctures. H. Provide dissimilar metals and materials protection where dissimilar metals come in contact or where sheet metal contacts mortar. Refer to Section O990S for dissimilar metals protection. I. Provide all components necessary to create watertight junctures between roofing and sheet metal work. J. Provide all miscellaneous sheet metal items not specifically covered elsewhere, as indicated or required to provide a weathertight installation. 3.2 FIELD QUALITY CONTROL A. Provide services of manufacturer's field service representative as required. B. Protect installed insulation from water using water cut-offs in bad weather and at end of work period. C. Remove and replace wet insulation. END OF SECTION City of Lubbock, S.A.C. Facilities t 07900 - 1 SECTION 07900 JOINT SEALANTS l; PART 1-GENERAL 1.1 SECTION INCLUDES A. Sealant work. r, 1.2 RELATED SECTIONS 4 A. Section 01300 - Submittals procedures. r B. Section 07100 - Masonry wall system r 1.3 WORK INCLUDE: A. Sealing all joints which will permit penetration of moisture, unless sealing work is specifically required under other sections, and including the following: 1, 1. Flashing reglets and retainers. 2. Exterior wall joints. 3. Masonry control joints, exterior and interior and between masonry and other materials. 4. Flooring joints. 5. Isolation joints. t 6. Joints between paving or sidewalks and building. 7. Concrete control and expansion joints, exterior and interior. 8. Joints between precast units and walls. 9. Joints at penetrations of walls, floors and decks by piping and other services and equipment. 10. Exterior and interior perimeters of exterior and interior door and window frames, louvers, grilles, etc.: 11. Thresholds at exterior doors. 12. Sealing of plumbing fixtures to floor or wall. 13. Other joints where calking, sealant or compressible sealant is indicated. 1.4 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. C920, Standard Specification for Elastomeric Joint Sealants. 2. Federal Specification (FS): a. TT-S-00 I 543A, Sealing Compound: Silicone Rubber Base (for Caulking, Sealing and Glazing in Buildings and Other Structures). City of Lubbock, S.A.C. Facilities 07900 - 2 b. TT-S-00230C, Sealing Compound: Elastomeric Type, Single Component (for Caulking, Glazing and Sealing in Buildings and Other Structures). C. TT-S-00227E, Sealing Compound: Elastomeric Type, Multi - Component (for Caulking, Sealing and Glazing in Buildings and Other Structures). B. Qualifications: 1. Sealant applicator shall have minimum 5 years experience on projects with similar scope. C. Mock-Ups- 1. Before calking work is started, a sample of each type of joint shall be calked where directed by the Engineer. The approved samples shall show the workmanship, bond, and color of calking materials as specified or selected for the work and shall be the minimum standard of quality on the entire project. 1.5 DEFINITIONS A. Words "calk," "sealant," and "calking" mean sealant work. B. Interior wet areas" mean toilets, laboratories, and similar areas. C. Applicator means the individual actually on site performing the work. 1.6 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Applicator qualifications. _ 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Manufacturer's recommendations for joint cleaner, primer, backer rod, tooling and bond breaker. - 4. Certification from sealant manufacturer stating product being used is recommended for and is best suited for joint in which it is being applied. 5. Warranty. B. Samples: 1. Cured sample of each color for Engineer's color selection. Color chart not acceptable. City of Lubbock, S.A.C. Facilities r t, 07900 - 3 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver material in manufacturer's original unopened containers with labels C' intact: 1. Labels shall indicate contents and expiration date on material. 1.8 WARRANTY A. Material and Labor Warranty. 1. Sealant work free of defects for a period of 3 years from date of final acceptance. 2. Failure of watertightness constitutes defect. 3. Remove any defective work or materials and replace with new work and materials. 4. Warranty signed jointly by applicator and sealant manufacturer. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Polyurethane sealants: a. MAMECOInternational. b. Sika Chemical Corp. C. Pecora. d. Tremco. e. Sonnebom - Rexnord. 2. Silicon-e sealants: a. General Electric. b. Dow Corning Corp. 3. Backer rod, primer, joint cleaners, bond breaker: ' a. As recommended by sealant manufacturer. I B. Submit requests for substitution in accordance with Specification Section 01640. �., 2.2 MATERIALS 3 A. Sealants - General: 1. Provide colors matching materials being sealed. 2. Where compound is not exposed to view in finished work, provide manufacturer's color which has best performance. 3. Nonsagging sealant for vertical joints. 4. Sealants for horizontal joints: Self -leveling pedestrian/traffic grade. y r City of Lubbock, S.A.C. Facilities 07900 - 4 B. Polyurethane Sealant: 1. One or two components. .2. Meet ASTM C920; Fed Spec TT-S-00230C, Type II, Class A, or TT-S-00227E, Type H, Class A. a. Vulkem 116,227,45,245. b. Sikaflex-IA, Sikaflex-2C,NS. _ C. Dynatrol I, Dynatrol II, Urexpan NR-200, NR-201. d. Tremco Dymonic or Dymeric. e. Sonolastic NP-1, NP-II, Sonolastic SL-1, Sonolastic Paving Joint Sealant. C. Silicone Sealant: 1. One component. 2. Meet Fed Spec TT-S-001543A, Class A: a. Silpruf, Silglaze N, Sanitary 1700 sealant for sealing plumbing fixtures. b. 790, 795, 786 for sealing plumbing fixtures. D. Joint Cleaner, Primer, Bond Breaker: As recommended by sealant manufacturer. E. Sealant Backer Rod: Closed cell polyethylene, polyethylene jacketed polyurethane foam, or other flexible, nonabsorbent, nonbituminous material recommended by sealant manufacturer to: 1. Control joint depth. 2. Break bond of sealant at bottom of joint. 3. Provide proper shape of sealant bead. F. Adhesive, Compressible Sealant: As recommended by sealant manufacturer. PART 3 - EXECUTION 3.1 PREPARATION _ A. Before use of any sealant, investigate its compatibility with joint surfaces, fillers and other materials in joint system. B. Use only compatible materials. C. Where required by manufacturer, prime joint surfaces. 1. Limit application to surfaces to receive calking. — 2. Mask off adjacent surfaces. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. City of Lubbock, S.A.C. Facilities 07900 - 5 B. Clean all joints. C. Where finish coating or covering is to be applied to surface, wait until such coating or covering has been applied before installing sealant; e.g., paint, wall covering, ceramic tile. D. Make all joints water and airtight. E. Make depth of sealing compounds not more than one-half width of joint, but in no case less than 1/4 IN nor more than 5/8 IN. F. Provide correctly sized backer rod in all joints to proper depth. G. Apply bond breaker where required. H. Tool sealants using sufficient pressure to fill all voids. I. Upon completion, leave calking with smooth even neat finish. 3.03 SCHEDULES A. Furnish sealant as indicated for the following areas: 1. Exterior areas: a. Polyurethane or b. Silicone. 2. Interior wet areas: a. Polyurethane or b. Silicone. 3. Interior nonwet, corrosive areas: a. Polyurethane or b. Silicone. 4. Interior nonwet, drywall and plaster noncorrosive areas: a. Polyurethane or b. Silicone. END OF SECTION City of Lubbock, S.A.C. Facilities SECTION 8 DOORS AND WINDOWS 08112 - 1 F F SECTION 08112 DOORS AND WINDOWS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of contact, including General and Supplementary Conditions and Division I Specification sections, apply to work in this section. 1.2 DESCRIPTION OF WORK A. The extent of each type of door and frame is shown on the drawings and schedules. B. The following types of doors and frames are required: 1. FRP Doors 2. Aluminum Frames 3. Finish Hardware 4. Louvers and Vents 5. Glass and Glazing 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Section 01300 - Submittals B. Section 01400 - Quality Control 1.4 SYSTEM PERFORMANCE AND REFERENCES A. American Architectural Manufacturer's Association (AMMA) Specifications 605.2, 904.1, 1502.E and 1503.1. B. ANSI Al 15 - Door and Frame Preparation. C. ASTM.E283, E330, E331 and E405 - Miscellaneous testing methods for air and water penetration, and wear resistance. D. Provide door assemblies that have been designed and fabricated to comply with requirements for system performance characteristics listed below, as demonstrated by testing manufacturer's corresponding standard systems according to test methods designated. City of Lubbock - S.A.C. Facilities 08112 - 2 E. Additional Criteria: Provide FRP doors and panels with the following performance: ASTM D 256 - nominal value of 20.0 ASTM D 570 - nominal value of 0.20 to 0.40% ASTM D 2583 - nominal value of 50 F. Abrasion Resistance: Face sheet to have no greater than 029 average weight loss percentage after Taber Abrasion Test - 25 cycles at 500 gram weight with H-18 wheel. Stain Resistance: Face sheet to be unaffected after 24 hour exposure to SVS-1 white spray enamel. Must retain DE or 0.57 or -less with MacBeth Colorimeter. Dark Brown (Bronze) FRP to be used as a basis. Chemical Resistance: Face sheet to be unaffected after 4 hour exposure to acetic acid (10% solution), acetone, sodium hypochlorite (5.25% solution) and hydrochloric acid (10% solution). No discoloration or panel damage will be allowed. 1.5 QUALITY ASSURANCE A. Standards: Comply with the requirements and recommendations in applicable specification and standards by AAMA, except to the extent more stringent requirements are indicated. B. Performance: A minimum ten year record of production of frames, doors, and panels and completion of similar projects in type and size. C. Instruction: The manufacturer or his representative will be available for consultation to all parties engaged in the project including instruction to installation personnel. D. Field Measurement: Field verify all information prior to fabrication and furnishing of materials. Furnish and install materials omitted due to lack of verification at no additional cost to Owner. E. Regulation and Codes: Comply with the current edition in force at the ,project location of all local, state and federal codes and regulations, including the Americans with Disabilities Act of 1992. 1.6 SUBMITTALS A. Product Data Submit manufacturer's product data, specifications and instructions for each type of door, louver and frame required in accordance with Section 01340 and the following: 1. Include details of core, stile and rail construction, trim lites and all other components. 2. Include details of finish hardware mounting. 3. Include one sample of typical fabricated section, showing joints, fastenings, quality of workmanship, hardware and accessory items before fabrication of the work proceeds. City of Lubbock - S.A.C. Facilities F 08112 - 3 B. Submit shop drawings for the fabrication and installation of the doors and frames, and associated components. Details to be shown full scale. Include glazing details and finish hardware schedule. 1.07 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials at jobsite in their original, unopened packages with labels intact. Inspect materials for damage and advise manufacturer immediately of any unsatisfactory materials. B. Package door assemblies in individual corrugated cartons so no portion of the door has contact with the outer shell of the container. Package and ship frames preassembled to the greatest possible extent. 1.08 PROJECT WARRANTY A. Provide a written warranty signed by manufacturer, installer and contractor, agreeing to replace, at no cost to the Owner, any doors, frames or factory hardware installation which fail I materials or workmanship, within the warranty period. Failure of materials or workmanship includes: excessive deflection, faulty operation of entrances, deterioration of finish or construction in excess of normal weathering and defects in hardware installation. The minimum time period of warranty is ten (10) years from acceptance. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Manufacturer Subject to compliance with requirements, provide products of the following: Special-Lite, Inc. Decatur, Michigan B. Aluminum Windows: 1. Extended Aluminum: ASTM B221, 6063-T5 alloy with window frames 8 inch deep, tubular sections minimum 1/8 thick. 2. Sealants: Polyurethane or Silicone. 3. Thermal Insulator: Poured in place Polyurethane, self -adhering to adjacent aluminum surfaces. - 4. Weatherstripping: Sponge neoprene. 5. Bracket Anchor Reinforcement: Steel, aluminum or Series 300 stainless steel. 6. Screens: 18x16 mesh aluminum wire. Secure to aluminum shapes with vinyl spline; hold in place with spring loaded plungers. Finish same as window 7. frames. Flashing: Minimum 0.040 inch aluminum. Finish to match window frames. 8. Glass: Provide glass capable of withstanding windloads in accordance with ASCE 7-88. Provide heat strengthen and tempered glass where it is determined that these types of glass are necessary to withstand loads. 9. Finish: Exposed surfaces of aluminum assemblies shall be given an anodic coating, Aluminum Association finish AA-M12C22A41, clear, with all �- adjacent components carefully selected for color match. City of Lubbock - S.A.C. Facilities 08112 - 4 2.2 MATERIALS AND ACCESSORIES A. Aluminum Members: Alloy and temper as recommended by manufacturer for strength, corrosion resistance and application of required finish and control of color, ASTM B 221 for extrusions, ASTM B 209 for sheet/plate with aluminum wall thickness of 0.125". B. Components: Furnish door and frame components from the same manufacturer. "Splitting" of door and frame components is not permitted. C. , Fasteners: Aluminum, non-magnetic stainless steel or other non -corrosive metal fasteners, guaranteed by the manufacturer to be compatible with the doors, frames, stops, panels, hardware, anchors and other items being fastened. For exposed fasteners (if any) provide Phillips head screws with finish matching the item to ve fastened. D. Glazing gaskets: For glazing factory -installed glass, and for gaskets which are factory -installed in "captive" assembly of glazing stops, manufacturer's standard stripping of molded neoprene, complying with ASTM D 2000 (designation 2BC415 to 3BC620), or molded PVC complying with ASTM C 509 Grade 4. 2.3 FABRICATION A. Sizes and Profiles: The required sizes for door and frame units, and profile requirements are shown on the drawings. B. Coordination of Fabrication: Field measure before fabrication, and show recorded measurements on final shop drawings. C. Complete the cutting, fitting, forming, drilling and grinding of all metal work prior to assembly. Remove burrs from cut edges, and ease edges and corners to a radius of approximately 1 /64". D. No welding of doors or frames is acceptable. E. Maintain continuity of line and accurate relation of planes and angles. Secure attachments and support at mechanical joints, with hairline fit at contacting members. 2.4 FIBERGLASS REINFORCED POLYESTER FRP FLUSH DOORS A. Materials and Construction 1. Construct 1 3/4" thickness doors of 6063-T5 aluminum alloys rails and stiles minimum 2 5/6" depth. Construct with mitered corners and provide joinery of 3/8" diameter full width stainless steel tie rods through extruded splines top and bottom as standard. .125" tubular shaped stiles and rails reinforced to accept hardware as specified. Provide hex type aircraft nuts for joinery without welds, glues or other methods for securing internal door extrusions. Furnish integral reglets to accept face sheet to permit a flush appearance. Rail caps or other face sheet capture methods are not acceptable. City of Lubbock - S.A.C. Facilities r 08112 - 5 2. Door face sheeting: 120" thickness fiberglass reinforced polyester. SL-17 doors with an abuse resistant engineered surface of the standard colors: r., white, light gray, red, blue, green, beige, dark gray, dark bronze or black as selected. 3. Core of Door Assembly: Minimum five (5) pounds per cubic foot density poured -in -place polyurethane free of CFC. Minimum "R" value of 11 Ballistic rating is as indicated. Meeting stiles on pairs of doors and bottom weather bars with nylon brush weatherstripping. 4. Manufacture doors with cutouts for vision lites, louvers or panels as scheduled. Factory furnish and install all glass, louvers and panels prior to shipment. 5. Premachine doors in accordance with templates from the specified hardware manufacturers and approved hardware schedule. Factory install hardware. 2.5 LOUVERS A. Louvers 1. Provide louver size as indicated on drawings. 2. Furnish removable insect screens on interior face. Blade design shall be sightless with minimum of 60% free air area. 2.6 ALUMINUM FRAMING SYSTEMS A. Tubular Framing 1. Framing system from the door manufacturer of the size and type shown..125" minimum wall thickness and type 6063-T5 aluminum alloy..625" high applied door stops with screws and weatherstripping. Frame members are to be box type with four (4) enclosed sides. Open back framing will not be acceptable. 2. Caulk joints before assembling frame members. Secure joints with fasteners j and provide a hairline butt joint appearance. Prefit doors to frame assembly and factory prior to shipment. Field fabrication of framing using "stick" material is not acceptable. 3. Applied stops for side, transom and borrowed lites and panels, with fasteners exposed on interior or unsecure portion only. Premachine and reinforce frame members for hardware in accordance with manufacturer's standards i and the approved hardware schedule. Factory install hardware. r., 4. Install with anchors appropriate for wall conditions to anchor framing to wall materials. A minimum of five anchors up to 74" on jamb members, and one additional anchor for each foot over 74". Secure head and sill members of transom, sidelites and similar conditions. r 5. Factory preassemble sidelites to the greatest extent possible, and mark frame assemblies according to location. City of Lubbock - S.A.C. Facilities 08112 - 6 6. .093" wall thickness capping as indicated on drawings with insert frame as shown. Finish of capping to match framing. 2.07 GLAZING A. Design system for replacement of glass 1. Manufacturer's standard flush glazing system of recessed channels and captive glazing gaskets or applied stops as shown. 2. Allow for thermal expansion on exterior units. 3. Glass: Wire, from Guardian Industries or Nippon Glass Works, 1/4" thick, meet ASTM C1048 Standards. 2.08 ALUMINUM FINISHES A. Anodized Surfaces: AAM12C22A41 Clear 215-R1 PART 3-EXECUTION 3.01 INSTALLATION A. Comply with manufacturer's recommendations and specifications for the installation of the doors and frames. Factory install hardware, glass and louvers in doors. Factory assemble sidelites and transoms to the greatest extent possible. B. Set units plumb, level and true to line, without warp or rack of doors or frames. Anchor securely in place. Separate aluminum and other metal surfaces with bituminous coatings or other means as approved by architect. C. Set thresholds in a bed of mastic and backseal. D. Clean surfaces promptly after installation of doors and frames, exercising care to avoid damage to the protective coatings. E. Ensure that the doors and frames will be without damage or deterioration (other than normal weathering) at the time of acceptance. F. Provide Owner with all adjustment tools and instruction sheets. Arrange an in service session to Owner at Owner's convenience. Provide a minimum one-year written warranty on all labor related to this section. Any workmanship which is defective of deficient shall be corrected to the Owner's satisfaction and at no additional cost to the Owner. 3.2 FIELD QUALITY CONTROL A. Allow for inspection by Owner's Representative prior to finishing painting. B. Bent, dented, or damage doors, windows or frames will not be accepted. C. Installation of windows supervised or inspected by manufacturer's authorized representative. City of Lubbock - S.A:C. Facilities ° 3.3 HARDWARE SETS HW-1 DOOR TYPE "A" Each Opening to Receive: 2 EA Continuous Hinges SL24HD US28 lEA Flushbolts FBV-9AxDP-1 (Bottom) US32D lEA Flushbolts FB-7A (Top) US32D 1 EA Deadlock ` L9464 US32D 2 EA Flush Pull By Door Manufacturer 2 EA Overhead Stops G&90-H US32D 1 SET Weatherseal By Door Manufacturer 1 SET Monorail Seal By Door Manufacturer 1 EA Threshold 512SS US32D NOTE: Flush pulls and deadlock cylinder to be mounted on interior side. HW-2 DOOR TYPE "Bit Each Opening to Receive: 1 EA Continuous Hinges SL24HD US28 1 EA Exit Device 98NL-OP US32D 1 EA Cylinder RIM US26D . 1 EA Flush Pull By Door Manufacturer 1 EA Closer 4111 CUSH SRI ALUM 1 EA Weatherseal By Door Manufacturer 1 SET Threshold 512SS US32D HW-3 DOOR TYPE "Bit (ELEC ROOM) Each Ovenine to Receive: 1 EA Continuous Hinge SL24HD 1 EA Lockset L9456-73L US26D 1 EA Closer 4111 H CUSH SRI 1 SET Weatherseal By Door Manufacturer 1 EA Threshold 512SS HW-4 DOOR TYPE licit Each Onenine to Receive: 2 EA Continuous Hinges 1 SET Flush Bolts 1 EA Lockset 2 EA Overhead Stops 1 SET Weatherseal 1 EA Threshold T SL24HD FB-9xDP-1 L9456-73L GJ90-H By Door Manufacturer 512SS END OF SECTION City of Lubbock - S.A.C. Facilities US28 US32D ALUM US32D US28 US32D US32D US32D US32D 08112 - 7 SEL GJ GJ SCH GJ NGP SEL VON SCH LCN NGP SEL SCH LCN NGP SEL GJ SCH GJ 00-Ij SECTION 9 PAINTING AND PROTECTIVE COATINGS 09905 - 1 SECTION 09905 PAINTING AND PROTECTIVE COATINGS PART 1 - GENERAL 1.1 SECTION INCLUDES 1. Painting and protective coatings. 1.2 RELATED SECTIONS A. Section 05211 - Steel Joist B. Section 05120 - Structural Steel 1.3 REFERENCES A. American National Standards Institute (ANSI): a. A224.1, Test Procedures and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. B. Steel Structures Painting Council (SSPC): a. SP-1, Solvent Cleaning. b. SP-2, Hand Tool Cleaning. C. SP-3, Power Tool Cleaning. d. SPA Commercial Blast Cleaning. e. SP-10, Near -White Blast Cleaning. 1.4 QUALIFICATIONS A. Applicator approved in writing by coating manufacturer or authorized coating manufacturer's representative and shall have a minimum of 5 years experience in application of similar products. Provide references for minimum of three different projects completed in last years. Include name and address of project, size of project in value (painting) and contact person. 1.5 DEFINITIONS A. Applicator: Individual actually performing work on site. B. Approved Factory Finish: Finish on a product in compliance with the finish specified in the section where the product is specified or in Section 11005, Equipment: General Requirements. City of Lubbock, S.A.C. Facilities M641.1m C. Corrosive Environment: Immersion in, or not more than 6 IN above, or subject to frequent spillage or splash of a corrosive material such as: Water, wastewater, or chemical solution; or chronic exposure to corrosive, caustic or acidic agent, chemicals, chemical fumes, chemical mixture, or solution. D. Exposed Exterior Surface: Surface which is exposed to weather but not necessarily exposed to view as well as surface exposed to view. E. Finished Room or Space: One that has finish called for on Room Finish Schedule or is indicated, on Drawings, to be painted. F. Painting Coverage Rate: Coverage expressed in SF/GAL/coat are manufacturer's published theoretical coverage in square foot per gallon. G. Paint includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, epoxies, vinyls, chlorinated rubbers, coal tars, urethanes, shellacs, varnishes, and any other applied coating specified within this Section. H. Surface Hidden from View: Surfaces such as those within pipe chases, and between top side of ceilings (including drop -in tile ceilings) and underside of floor or roof structure _ above. I. Thinned (when used in regard to VOC contents): In accordance with manufacturer's recommendations. J. VOC: Volatile Organic Compounds. 1.6 SUBMITTALS A. Manufacturer's approval of applicator. B. Applicator experience qualifications. — C. Approval of application equipment. D. Painter's weekly record. E. Manufacturer's recommendation for universal barrier coat. F. Shop Drawings: 1. See Section 01300. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's application instructions. City of Lubbock, S.A.C. Facilities 09905 - 3 r G . C. Manufacturer's surface preparation instructions. d. If products being used are manufactured by Company other than listed in paragraph 2.2, provide complete individual cut sheet comparison of proposed products with specified products including application procedure, coverage rates and verification that product is designed for intended use. r e. Manufacturer's factory -applied finish information. Refer to paragraph 3.2 B. f. Contractor's written plan of action for containing airborne particles created by blasting operation and location of disposal of spent contaminated blasting media. ' g. Coating manufacturer's recommendation on abrasive blasting. ,^ 3. Certification: f a. Coating manufacturer's written approval of Contractor's application equipment. G. Samples: 1. Manufacturer's full line of colors for Engineer's color selection. 2. After initial color selection by Engineer provide two 3 x 5 IN samples of each color selected. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver in original containers, labeled as follows: 1. Name or type number of material. 2. Manufacturer's name and item stock number. 3. Contents, by volume, of major constituents. 4. Warning labels. 5. VOC content. PART 2 - PRODUCTS 2.1 . ACCEPTABLE MANUFACTURERS A. The acceptable manufacturer shall be Tnemec or approved equal. Submit requests for substitution in accordance with Specification Section 01640. B. Furnish paint through one manufacturer when possible. 2.2 MATERIALS A. All materials used must contain not more than 3.5 LBS/GAL VOC as applied (in thinned state) unless noted otherwise. B. For unspecified materials such as turpentine or linseed oil, provide manufacturer's recommended products. C. Paint Systems - General: 7, City of Lubbock, S.A.C. Facilities 3 09905 - 4 1. P=prime coat. F1, F2 Fn - first finish coat, second finish coat .... nth finish coat, color as selected by Engineer. 2. If two finish coats of same material are required, Contractor, may, at his option and by written approval from paint manufacturer, apply one coat equal to mil thickness of two coats specified. D. Paint Systems: Products specified are manufactured by Tnemec. 1. System #1 - Epoxy-Polyamide Primer with Epoxy-Polyamide. P1 66-1211 Epoxoline Primer 1 coat, 3 mils VOC = 3.42 — F1 Series 66 Hi -Build Epoxoline 1 coat, 3 mils F2E Series 75 Endura-Shield 1 coat, 3 mils VOC = 3.5 *Replace F1 with FIE for exterior environment. — 2. System #2, 3, 4, 6, 8, 10, 15, 17, 18, 19, 20 NOT USED. 3. System #5 - Moisture -Cured Urethane Primer with Epoxy-Polyamide or Acrylic Polyurethane Enamel Top Coats. P 1 50-330 Poly-Ura-Prime 1 coat, 2.5 mils VOC = 3.42 (Moisture -Cured Urethane) *F1 Series 66 Hi -Build Epoxoline 1 coat, 4 mils VOC = 3.42 _ (Epoxy-Polyamide) *FIE Series 75 Endura-Shield III 1 coat, 4 mils VOC = 3.5 (Acrylic Polyurethane Enamel) *Replace F1 with FIE for exterior environment. 4. System #9 and #21- Moisture -Cured Urethane Primer. P1 50-330 Poly-Ura-Prime 1 coat, 3 mils VOC = 3.42 _ (Moisture -Cured Urethane) 5. System #I I - Zinc -Rich Urethane Primer. — P1 90-97 Tneme-zinc 1 coat, 3.5 mils VOC = 3.10 (Zinc -Rich Urethane) 6. System #12 - Emulsified Acrylic Primer and Top Coat. P1 Series 6 Tneme-Cryl (Emulsified Acrylic) 1 coat, 2.5 mils VOC=1.89 F1 Series 6 Tneme-Cryl (Emulsified Acrylic)>1 coat, 2.5 mils 7. System #13 - Modified-Acrylate Elastomer Primer and Top Coat. City of Lubbock, S.A.C. Facilities 09905 - 5 P1 130-6601 Envirofill 1 coat, 80 sq. ft./gallon F1 Series 156 Enviro-Crete (Modified-Acrylate Elastomer) 1 coat, 6 mils 8. System #14 - Vinyl -Acrylic Latex Sealer with Epoxy-Polyamide Top Coats. P1 51-792 PVA Sealer (Vinyl -Acrylic Latex) 1 coat, 1.5 mils VOC=0.00 F1 Series 66 IE-Build Epoxoline 1 coat, 3 mils VOC=3.42 F2 Series 66 IE-Build Epoxoline 1 coat, 3 mils (Epoxy-Polyamide) 9. System #16 - Epoxy-Polyamide Filler with Epoxy-Polyamide Top Coats. PI 130-6601 Envirofill 1 coat, 80 sq. ft./gallon Fl Series 66 IE-Build Epoxoline 1 coat, 4 mils VOC=3.42 (Epoxy-Polyamide) F2 Series 66 Hi -Build Epoxoline 1 coat, 4 mils (Epoxy-Polyamide) 10. System #21 - Moisture -Cured Urethane Primer. P1 50-330 Poly-Ura-Prime 1 coat, 2 mils VOC = 3.42 (Moisture -Cured Urethane) PART 3 - EXECUTION 3.1 ITEMS TO BE PAINTED A. Exposed Exterior Surfaces including: 1. Soffits. 2. Plain, insulated, or wrapped piping, valves, fittings, and appurtenances; except when covered by lagging. 3. Conduit and appurtenances. 4. Exterior and interior surfaces of ferrous metal tankage. 5. Ferrous metals. 6. Copper and brass surfaces. 7. Galvanized metal surfaces. B. Interior Areas Not Considered Finished: 1. Paint following surfaces in areas not considered as finished area: a. Plain, insulated or wrapped, piping, valves, fittings, and appurtenances except when covered by lagging. b. Plain, insulated or wrapped, ductwork and appurtenances except when covered by lagging. C. Structural steel. i. City of Lubbock, S.A.C. Facilities 09905 - 6 d. Miscellaneous ferrous metal. C. New and/or Existing Equipment: 1. Paint new and/or existing equipment, except where noted in paragraph 3.2 and where specified elsewhere in the Contract Documents. 3.2 ' . ITEMS NOT TO BE PAINTED A. Items with Approved Factory Finish: 1. Do not field paint items with Approved Factory Finishes, including the following: a., Storage equipment. _ b, HVAC equipment. B. Electrical Equipment: 1. Do not field paint certain items of electrical equipment as listed in Section 11005; except where painting is specifically stated elsewhere in these Contract Documents, or where the equipment is subject to a corrosive environment. The list of equipment includes specific types of equipment with Approved Factory Finishes. C. Surfaces Hidden from View including: 1. Conduit. 2. Ducts. 3. Insulation. 4. Structural steel and steel joist. 5. Miscellaneous steel. 6. Note: (Manufacturer's standard coatings, if any, may remain). D. Other Items: 1. Stainless steel surfaces except: a. Piping. b. Banding as required to identify piping. 2. Aluminum surfaces except: a. Where specifically shown in the Contract Documents. b. Where imbedded in concrete. C. Where in contact with dissimilar metals. 3. Fiberglass surfaces except: -- a. Fiberglass piping. b. Piping appurtenances. 4. Interior of pipe, ductwork, and conduits. — 5. Moving parts of mechanical and electrical units where painting would interfere with the operation of the unit. 6. Code labels and equipment identification and rating plates. 7. Exterior concrete or precast concrete surfaces. 8. Face brick: Ceramic tile; quarry tile; plastic laminate. City of Lubbock,,S.A.C. Facilities r i r� 09905 - 7 9. Surfaces to be lagged including: a. Piping. b. Ductwork. 10. Steel deck except where specifically specified to be painted. 11. Contact surfaces of friction -type connections. 12. Lagging on pipe and ducts. 3.3 SCHEDULE OF ITEMS TO BE PAINTED VERSUS PAINTING SYSTEMS A. Concrete: 1. Exterior cast -in -place and exterior precast surfaces (other than prefinished panels) and exterior cement plastered surfaces, in areas indicated on the Drawings to be painted. B. Concrete Masonry Units: 1. Interior smooth faced. 2. Exterior smooth faced. C. Structural Steel: D. Steel Joist. PAINTING SYSTEM NUMBER 13 16 13 1 9 E. Ferrous Metals: 1. Except structural steel, steel joist, galvanize steel, steel doors and window frames, and products with approved factory finishes, and ferrous metals subject to corrosive environment. 2. Includes steel piping similar items. Does not include ferrous metals subject to corrosive environment. 1 F. Galvanized Metals: 1 1. Field cut edge where top coat is required. 2. Assembled galvanized steel items. 3. Field touch-up of galvanized surfaces not requiring a finish top coat. G. Steel doors and frames and window frames primed in 5 the factory in conformance with ANSI A224.1. H. Steel equipment with factory -applied prime or finish 5 including: 1. Equipment specifically indicated in the Contract Documents to be painted. Factory -applied coats to remain. City of Lubbock, S.A.C. Facilities 09905 - 8 I. Non-ferrous metals (except galvanized): Including copper, brass, 1 aluminum and aluminum flashing specifically indicated to be painted. J. Plastic Surfaces: 1. PVC, FRP, and CPVC surfaces. 1 K. Electrical Conduit: 1. Galvanized. 1 2. PVC coated. 1 L. Pipe, Valves, and Fittings: 1. Steel and cast-iron. 1 2. Stainless. 1 -- 3. Brass and bronze. 1 4. PVC, FRP, and CPVC. 1 M. Pipe insulation. 12 N. Aluminum colored pipe thread touch-up, and aluminum colored 9 r finish where top coat is not required. Not for coating aluminum material. O. Gypsum board and gypsum plaster surfaces. 14 3.4 PREPARATION A. General: 1. Prepare surfaces to be painted in accordance with coating manufacturer's instructions and this Section. 2. Remove all dust, grease, oil, compounds, dirt and other foreign matter which would prevent bonding of coating to surface. B. Protection: 1. Protect surrounding surfaces not to be coated. 2. Remove and protect hardware, accessories, plates, fixtures, finished work, and similar items; or provide ample in -place protection. — C. Prepare and Paint Before Assembly: Where equipment is subject to corrosive environment, prepare and paint, before assembly, all surfaces which may be subject to corrosive environment which are inaccessible after assembly. D. Ferrous Metal: 1. Complete fabrication, welding or burning before beginning surface preparation. a. Chip or grind off flux, spatter, slag or other laminations left from welding. City of Lubbock, S.A.C. Facilities 09905 - 9 r L , b. Remove mill scale. C. Grind smooth rough welds and other sharp projections. r 2. Surfaces subject to corrosive environment: j a. Near -white blast clean in accordance with SSPC SP-10. 3. Interior and exterior surfaces not subject to corrosive environment (including structural steel surfaces): a. Commercial blast clean in accordance with SSPC SP-6. b. Engineer reserves right to accept preparation of these surfaces in accordance with SSPC SP-3 for areas not practical or possible to abrasive blast to SSPC SP-6 requirements. 4. Surfaces of steel joists: a. Power tool or hand clean in accordance with SSPC SP-2 or SP3. 5. Bituminous coated ductile iron pipe: Commercial blast clean in accordance with ., SSPC SP-6. E. Hollow Metal: 1. Solvent clean in accordance with SSPC SP-1. F. Galvanized Metal: 1. Solvent clean in accordance with SSPC SP-L G. Gypsum Wallboard: 1. Repair minor irregularities left by finishers. 2. Avoid raising nap of paper. 3. Verify moisture content is less than 8 percent prior to painting. H. Concrete and Concrete Block Masonry: 1. Cure for minimum of 28 days. 2. Verify that moisture content is below 8 percent. I. Preparation by Abrasive Blasting: 1. Schedule the abrasive blasting operation so blasted surfaces will not be wet after blasting and before painting. 2. Reblast surfaces allowed to set overnight prior to priming or surfaces that show rust bloom. 3. Profile depth of blasted surface: Not less than 1 mil or greater than 2 mils unless noted otherwise by coating manufacturer. 4. Provide compressed air for blasting that is free of water and oil. Provide accessible separators and traps. 5. Confine blast abrasives to area being blasted. a. Provide shields of polyethylene sheeting or other such barriers to confine blast material. b. Plug pipes, holes, or openings before blasting and keep plugged until blast operation is complete and residue is removed. F City of Lubbock, S.A.C. Facilities, 09905 - 10 6. Protect nameplates, valve stems, rotating equipment, motors and other items that may be damaged from blasting. 7. Reblast surfaces not meeting requirements of these Specifications. 8. Do not reuse abrasive blasting material. 9. Properly dispose of blasting material which has been contaminated with debris from blasting operation. J. Take samples of existing paint film, which is to be removed by abrasive blasting, and have samples tested by a testing laboratory to determine if existing paint film contains lead, asbestos or any other health hazard. If existing paint film is found to contain lead, asbestos, or any other health hazard, notify the Engineer immediately. Contractor shall prepare plan of action for safe removal of contaminated paint. 3.5 APPLICATION A. General: 1. Mix and apply coatings by brush, roller, or spray in accordance with — manufacturer's installation instructions. a. Application equipment must be inspected and approved in writing by coating manufacturer. — 2. Temperature and Weather Conditions: a. Do not paint surfaces when surface temperature is below 50 DegF. b. Avoid painting surfaces exposed to.hot sun. C. Do not paint on damp surfaces. 3. Apply structural steel and steel joist prime coat in the factory and finish coats in the field. 4. Provide complete coverage to mil thickness specified. a. Thickness specified is dry mill thickness. b. All paint systems are "to cover". In situations of discrepancy between manufacturer's square footage coverage rates and mil thickness, mil thickness requirements govern. c. When color or undercoats show through, apply additional coats until paint film is of uniform finish and color. 5. If so directed by Engineer, do not apply consecutive coats until Engineer has had an opportunity to observe and approve previous coats. 6. Apply materials under adequate illumination. 7. Evenly spread and flow on to provide full, smooth coverage. - 8. Work each application of material into corners, crevices, joints, and other difficult to work areas. 9. Avoid degradation and contamination of blasted surfaces and avoid intercoat contamination. a. Clean contaminated surfaces before applying next coat. 10. Smooth out runs or sags immediately, or remove and recoat entire surface. 11. Allow preceding coats to dry before recoating. a. Recoat within time limits specified by coating manufacturer. City of Lubbock, S.A.C. Facilities 09905 - 11 12. Allow coated surfaces to cure prior to allowing traffic or other work to proceed. 13. Coat all aluminum in contact with dissimilar materials. B. Prime Coat Application: 1. Prime all surfaces indicated to be painted. Touch up damaged primer coats prior to finish coats. Restore primed surface equal to surface before damage. 2. Ensure field -applied coatings are compatible with factory -applied coatings. a. Employ services of coating manufacturer's qualified technical representative to determine if factory -applied coatings are compatible with proposed field -applied coatings. If factory -applied coating is found to be not compatible with proposed field -applied coatings, require the coating manufacturer's technical representative to recommend, in writing, product to be used as barrier coat, thickness to be applied, surface preparation, and method of application. b. At Contractor's option, factory -applied coatings may be removed, surface reprepared, and new coating applied using appropriate paint system listed in paragraph 2.02 E. 3. Apply primer to abrasive blasted surface the same day the surface is blasted and before rust bloom occurs. 4. Prime ferrous metals embedded in concrete to minimum of 1 IN below exposed surfaces. 5. Apply zinc -rich primers while under continuous agitation. 6. Ensure abrasive blasting operation does not result in embedment of abrasive particles in paint film. 7. Brush or spray bolts, welds, edges and difficult access areas with primer prior to primer application over entire surface. 8. Backroll concrete, masonry, gypsum board and plaster surfaces with a roller if primer has been spray applied. 9. Fill all pores of concrete block completely using block filler specified. C. Finish Coat Application: 1. Apply finish coats in accordance with coating manufacturer's written instructions and as written in this Section. 2. Touch up damaged finish coats using same application method and same material p specified for finish coat. Prepare damaged area in accordance with Article 3.04. 3.6 COLOR CODING A. Color and band piping in accordance with Article 3.09 of this Section. 1. Band piping using maximum of three different colors at 20 FT maximum centers. 2. Place bands: a. Along continuous lines. b. At changes in direction. C. At changes of elevation. t City of Lubbock, S.A.C. Facilities l 09905 - 12 d. On both sides of an obstruction (i.e., wall, ceiling) that painted item passes through. 3. Band width for individual colors (pipe diameter measured to outside of insulation): a. Piping up to 8 IN DIA: 2 IN minimum. b. Piping greater than 8 IN up to 24 IN DIA' 4 IN minimum. C. Piping greater than 24 IN up to 48 IN DIA: 6 IN minimum. d. Piping greater than 48 IN DIA: 8 IN minimum. 3.7 FIELD QUALITY CONTROL A. Maintain daily record showing: _ 1. Start date and time of work in each area. 2. Date and time of application for each following coat. 3. Moisture content of substrate. 4. Provisions utilized to maintain temperature and humidity of work area within manufacturer's recommended ranges. B. Where a wall or ceiling is disturbed and patched, repaint entire wall or ceiling. C. Measurevet paint with wet film thickness gages. D. Measure paint dry film thickness with Mikrotest gage calibrated against National Bureau of Standards Certified Coating Thickness Calibration Standards." 1. Engineer may measure paint thickness at any time during project to assure conformance with specifications. E. Measure surface temperature of items to be painted with surface temperature gage specifically designed for such. F. Measure substrate humidity with humidity gage specifically designed for such. G. Provide wet paint signs. 3.8. CLEANING A. Clean paint spattered surfaces. Use care not to damage finished surfaces. B. Upon completion of painting, replace hardware, accessories, plates, fixtures, and similar items. C. Remove surplus materials, scaffolding, and debris. Leave areas broom clean. 3.9 SCHEDULE — A. Piping and Pipe Banding Color Schedule (Colors based on Tnemec): City of Lubbock, S.A.C.'Facilities 09905 - 13 SERVICE PIPE COLOR Wastewater Piping: Plumbing drains Gray-BG42 Sump Gray-BG42 Water Piping: Cold Light Blue -BB 12 Gas and Fuel Piping: Chlorine, gas Yellow-AM72 Chlorine, liquid Yellow-AM72 Chlorine, solution Yellow-AM72 Ammonia, gas Yellow-AM72 Ammonia, liquid Yellow-AM72 END OF SECTION BANDING COLOR Blue -BB 12 White- M 90 Red-CE 10 Brown-AE12 Brown-AE12 City of Lubbock, S.A.C. Facilities f� SECTION 10 LOUVERS AND VENTS c r 10200 - 1 SECTION 10200 LOUVERS, VENTS AND EXHAUST FAN PART 1 - GENERAL 1.1 SECTION INCLUDES Louvers, vents and exhaust fan. 1.2 RELATED SECTIONS A. Section 01300 - Submittals B. Section 07600 - Flashing and Sheet Metal. C. Section 07900 - Joint Sealants. 1.3 REFERENCE A. American Architectural Manufacturers Association (AAMA): a. 605.2, Voluntary Specification for High Performance Organic Coatings on Architectural Extrusions and Panels. B. American Society for Testing and Materials (ASTM): a. B221, Standard Specification for Aluminum and Aluminum - Alloy Extruded Bars, Rods, Wires, Shapes, and Tubes. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Drawing showing location of each louver or vent, indicating size and arrangement of blank -off plates if required. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Color chart showing manufacturer's full line of colors including exotic and special colors for color selection by Engineer. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Louvers: City of Lubbock, S.A.C. Facilities 10200 - 2 a. Airolite Co. or approved equal. 2. Exhaust Fan: -' a. Aerovent Co. or approved equal. B. Submit requests for substitution in accordance with Specification Section 0 13 00. 2.2 MANUFACTURED UNITS A. Louvers: 1. 4 IN deep. 2. Stormproof. 3. Continuous blade appearance. 4. ASTM B221 extruded aluminum, alloy 6063T5, minimum 0.081 IN thick. 5. Minimum free area: 16.1 SF for 4 x 8 FT louver. 6. Maximum pressure drop: 0.10 IN of water at 900 fpm at zero water penetration. -- B. Bird Screen: 1. 1/2 IN square mesh. 2. 16 GA aluminum. 3. Install in standard, folded frame. C. Filter: 1. Pleated reinforced disposable filter. 2. Install in standard, folded frame. D. Anchors, Fasteners, Reinforcing: Aluminum or stainless steel. E. Finish: 1. AAMA 605.2. 2. Anodized finish, color to match windows and entrances. F. Exhaust Fan shall be capable of 1: wall mounted panel fans. 2. direct drive with a cast aluminum airfoil blades. 3. painted inside and out with a baked medium high solids polyyester light -- gray enamel finish. 4. reversed mounted to provide positive ventilation or forced air. 5. each fan shall have dampers installed that is normally closed and open when the exhaust fan is on. G. Location of the exhaust fans: 1. Chlorinator Room - Aerovent Model 14IA32DDP 1750 1/8 or approved equal. City of Lubbock, S.A.C. Facilities 10200 - 3 2. Chlorine Scale Room - Aerovent Model No. 16 L424DDP 1750 1/6 or approved equal. 3. Ammonia Building - Aerovent Model No. 14L432DDP1750 1/8 or approved equal. 4. Pump Building - Aerovent Model No. 16 L424DDP 1750 1/6 or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install anchoring and bracing accessories as required. . C. Seal around perimeter on exterior and interior. See Section 07900. D. Install flashing at sill to match louver. END OF SECTION r City of Lubbock, S.A.C. Facilities 10400 - 1 SECTION 10400 IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS' PART 1 - GENERAL 1.1 SECTION INCLUDES Identification, stenciling, and tagging of piping, electrical equipment, and valves, pumps, ductwork, process equipment and similar items and including hazard and safety signs. 1.2 RELATED SECTIONS A. Section 09905 - Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): r a. A13.1, Scheme for Identification of Piping Systems. 1. : 2. Texas Department of Health. i" r 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. Identification register listing all items to be identified, type of identification system to be used, lettering, location and color. C. Catalog information for all tagging systems. ` d. Updated, complete, identification register with nonconflicting ., numerical assignments submitted prior to project acceptance. PART 2 - PRODUCTS 2.1 MANUFACTURED UNITS A. Metal Tags (Type A): s 1. Approved manufacturers: a. W H Brady Co., Catalog 5-10, #23210 (1-1/2 IN Brass), #23211 (2 IN brass), #B-906 (2 IN aluminum). b. National Band and Tag Co., Catalog 862, Style 81 or Style 93. j� t City of Lubbock,'S.A.C. Facilities 10400 - 2 C. Carlton Industries, Inc., #8813 or #8814 (aluminum), #BT-220 or #BT-230 (brass). _ 2. Material: Brass or aluminum, optional, except where specified. 3. Size: a. 1-1/2 IN DIA for one line of text, 2 IN DIA for two lines. b. Brass: 0.04IN C. Aluminum: 0.04 IN. 4. Legend: Stamped and filled. B. Fiberglass Reinforced Plastic Tags (Type B): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-120 or approved equal. 2. Material: Fiberglass reinforced plastic. 3. Size: Approximately 2 x 2 IN. 4. Legend: Preprinted and permanently embedded. C. Laminated Plastic Tags (Type C): — 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-911. b. Or approved equal. 2. Material: Polyester laminate. 3. Size: Approximately 2 x 2 IN. 4. Legend: Preprinted and permanently embedded. D. Fiberglass Reinforced Plastic Signs (Type D): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-120 or approved equal. 2. Material: Fiberglass reinforced plastic. _ 3. Size: a. Surface: As scheduled. b. Thickness: 0. 10 IN. 4. Fabrication: a. Rounded corners. b. Drilled holes in corners with grommets. 5. Legend: Preprinted and permanently embedded. E. Phenolic Name Plates (Type E): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-1 or approved equal. 2. Materials: Phenolic. 3. Size: a. Surface: As required for text. b. Thickness: 1/16 IN. 4. Fabrication: a. Three layers laminated. City of Lubbock, S.A.C. Facilities i 10400 - 3 b. Legend engraved through top lamination into center lamination. C. Drilled holes with grommets for mounting: F. Pressure Sensitive Vinyl Cloth Markers (Type F): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-946. b. Or approved equal. 2. Material: Self -sticking vinyl. 3. Size: a. Surface: As required by text. G. Underground Alarming Tape (Type G): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #91296 or approved equal. 2. Material: Polyethylene. 3. Thickness: 3.5 mils. 4. Tensile strength: 1750 psi. 5. Size: 6 IN wide (minimum). 6. Legend: Preprinted and permanently imbedded. a. Message continuous printed. H. Stenciling System (Type H): 1. Material: a. Exterior type stenciling enamel. b. , Black or white for best contrast. C. Either brushing grade or pressurized spray can form and grade. I. Substitutions: 1. Submit requests for substitutions in accordance with Specification Section 01640. J. Acceptable Manufacturers and Catalog Numbers: 1. Products listed above by manufacturer and catalog number are approved, subject to compliance with Contract Documents. 2.2 ACCESSORIES A. Fasteners: 1. Bead chain: #6 stainless steel (BC). 2. Plastic strap: Nylon, urethane or polypropylene (PS). 3. Screws: Self -tapping, stainless (screws). 4. Grommets: Stainless steel 5. Adhesive, solvent activated. 2.03 EXTRA MATERIALS City of Lubbock, S.A.C. Facilities f 10400 - 4 A. Furnish minimum of 5 percent extra stock of each identification material required, including tags (not less than 3). _ B. Where stenciled markers are provided, clean and retain stencils after completion and include in extra stock, along with required stock of paints and applicators. PART 3 - EXECUTION 3.1 INSTALLATION A. Install tagging, stenciling, and identification items at required locations. B. Provide arrows and markers on piping and ducts. 1. At 20 FT maximum centers along continuous lines. 2. At changes in direction (route) or obstructions. 3. At valves, risers, " T' joints, machinery or equipment. — 4. Where pipes and ducts pass through floor, wall, ceiling, cladding assemblies and like obstruction. a. Provide markers on both sides of obstruction. C. Position markers on both sides of pipe or duct with arrow markers pointing in flow direction. If flow is in both directions use double headed arrow markers. D. I Apply tapes and stenciling in uniform manner parallel to piping and ducts. E. Attach tags to equipment with sufficient surface or body area with solvent activated adhesive applied to back of each tag. F. Attach tags with 1/8 IN round or flat head screws to equipment without sufficient surface or body area, or porous surfaces. Where attachment with screws should not or cannot penetrate substrate, attach with plastic strap. G. Single items of equipment enclosed in a housing or, compartment to be tagged on outside of housing. Several items of equipment mounted in housing to be individually tagged inside the compartment. H. For electrical trenches with duct banks or directly buried cable, install underground hazard tape 6 IN below finished grade where conduit or duct bank is 12 IN or more below finished grade, and 3 IN below finished grade where conduit or duct bank is less than 12 IN below finished grade. 3.2 SCHEDULE A. Identify, tag, or stencil the items shown in the following schedule: City of Lubbock, S.A.C. Facilities 10400 - 5 ITEM 1. Valves and slide gates: a. Exterior: b. Interior: C. Legend: Item designation as indicated on Contract Drawings. AorB BCorPS control valves, primary elements, etc.: a. Legend: Item designation as indicated on Contract Documents. 2. Instrumentation, e.g., flow air compressor, and other rotating equipment: a. Legend: Item designation indicate on Contract Documents. b. Size: 7 x 10. C. Letters: 1 IN high black letters on white background. ID TYPE AorB AorB FASTENER BC or PS BC or PS AorB BC or PS 3. Piping: F or H a. Legend: Item designation as indicated on Contract Documents. b. In accordance with ANSI 13.1. C. As specified herein and in Section 09905. 4. Electrical wiring and cables F carrying 600 V or less: a. Legend: Wire or cable number as shown on Contract Drawings, on each end of each wire or cable. b. Size: As required by legend. C. Letters: Minimum 1/4 IN high yellow letters on N/A Self City of Lubbock, S.A.C. Facilities 10400 - 6 standard background. 5. Electrical trenches with duct G N/A banks or directly buried conduit: a. Legend: CAUTION CAUTION CAUTION (1st line), BURIED ELECTRIC LINE (2nd line). b. Letters: 1-1/4 IN minimum. C. Interval: Continuous. d. Color: Red with black letters. 6. Buried potable water piping: G N/A _ a. Legend: CAUTION CAUTION CAUTION (Ist line), BURIED WATER LINE (2nd line). b. Letters: 1-1/4 IN minimum. C. Interval: Continuous. d. Color: Blue with black letters. 7. Buried storm and sanitary sewer G N/A lines: a. Legend: CAUTION CAUTION CAUTION (1 st line), BURIED SEWER LINE (2nd line). b. Letters: 1-1/4 IN minimum. c. Interval: Continuous. d. Color: Green with black letters. S. Buried chemical feed piping, e.g. G N/A chlorine solution, polymer solution, caustic solution, etc.: a. Legend: CAUTION CAUTION CAUTION (1 st line), BURIED CHEMICAL LINE (2nd ine). _ b. Letters: 1-1/4 IN minimum. c. Interval: Continuous. d. Color: Yellow with black letters. LEGEND OF SCHEDULES IN ARTICLES 3.02 ABOVE: 1. Type of Sign and Size: D = DANGER — C = CAUTION SI = SAFETY INSTRUCTIONAL Size: height x width 2. Vendor Catalog Identification: Brady Catalog S-10. 3. Orientation: L = Landscape (Horizontal) City of Lubbock, S.A.C. Facilities f@ice 4 10400 - 7 P = Portrait (Vertical) 4. Legend: Additional legend after word or words in panel, or complete legend where sign has no panel. r5. Location: Place on wall or column, except as noted. Normal height to center of sign: 6 FT. END OF SECTION r r! r d. b n t r S �. City of Lubbock, S.A.C. Facilities r i L: 10520 - 1 SECTION 10520 FIRE EXTINGUISHER AND GAS MASKS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Section Includes: 1. Fire extinguishers. 2. Gas Masks. B. Related Sections include but are not necessarily limited to: 1. Sections 01300 - Submittals. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Fire Protection Association (NFPA): a. 10, Standard on Portable Fire Extinguishers. 2. Underwriters Laboratories, Inc (UL). a. Building Materials Directory. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Color chart for Engineer's color selection. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver and install filled and charged extinguishers just prior to building occupancy. B. The two Scott Pressur-Pak shall be tested prior to final acceptance. City of Lubbock, S.A.C. Facilities 10520 - 2 1.5 FIRE EXTINGUISHERS LOCATION A. There shall be a fire extinguisher located in the following location: 1. Chlorine Room 2. Chlorinator Room 3. Ammonia Room 4. Pump Building 1.6 GAS MASKS LOCATION A. The gas masks package shall be located at the following location: 1. Chlorine Room 2. Ammonia Room PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Fire extinguishers: a. J L Industries. b. Larsen's Manufacturing Co. C. Muckle Manufacturing. 2. Gas Masks: a. Scott Manufacturing Co. b. MSA Industries. B. Submit requests for substitution in accordance with Specification Section 01300. 2.2 MANUFACTURED UNITS A. Wall Brackets: 1. Bracket type to fit specified extinguisher, with correct mounting accessories to fit substrate. 2. Furnish bracket for each extinguisher not in cabinet. B. Fire Extinguisher (FE-1): 1. Steel bodied, all metal top (head) and valves. 2. Multi -purpose dry chemical, UL Rated, 4A-60BC. City of Lubbock, S.A.C. Facilities 10520 - 3 3. Provide hose and horn on each. 4. Furnish one extinguisher for each (FE) location. 5. Finish: Red with epoxy finish coat. 6. Provide "FIRE EXTINGUISHER" decal for each extinguisher. 7. Meeting NFPA 10. C. Scott Pressure -Pak IIa 9000 14-00: 1. Quantity: 2. 2. Scott 2.2 AirPaks with donning switch (part #804485-02). 3. Continuous flow positive pressure large face piece, Scott-O-Vista. 4. Aluminum cylinder with 30 minute supply. 5. Scottoramic Facepiece complete with head harness and case. 6. Mesa/NIOSH certified TC-1317-40 or approved equal. 7. NFPA approved. 8. Air supply: Lightweight 45 cu.ft. 2216 PSI air cylinder. D. Gas Masks Cabinets 1. Steel cabinet for storage of 2 tank -type masks. 2. The enclosure shall be NEMA 12 enclosure with drip shield. 3. Handle fitted with padlock and mounted at the location as indicated on the plans. 4. Wall mounted cabinet. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install units with extinguisher top not over 60 IN above floor. END OF SECTION City of Lubbock, S.A.C. Facilities 10600 - 1 r SECTION 10600 BASEBOARD HEATERS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Section Includes: 1. Baseboard Heaters. B. Related Sections include but are not necessarily limited to: 1. Sections 01300 - Submittals. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Underwriters Laboratories, Inc (UL.). a. Standard E 46120. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Color chart for Engineer's color selection. 1.5 BASEBOARD LOCATION A. There shall be a baseboard heater located in each of the following building according to the plans: 1. Chlorine Building: a. Chlorine Scale Room. b. Chlorine Electrical Room. C. Chlorinator Room. 2. Ammonia Building. a. Ammoniator Room. b. Ammonia Electrical Room. City of Lubbock, S.A.C. Facilities 10600 - 2 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following are acceptable ^ manufacturer's or approved equal: 1. Markel - HQC Series. 2. Electromode - EBS Series or approved equal. B. Submit requests for substitution in accordance with Specification Section 01300. No electric forced air heaters using fan and motor system will be allowed. -- 2.2 MANUFACTURED UNITS A. The unit shall be a heavy duty class designed for commercial or industrial use. B. It shall be single phase operation only and must be wall mounted with built in temperature regulating thermostat. C. Operates on 240 VAC, 60 HZ from a line voltage thermostat mounted on the wall. ^ D. Utilize direct radiant heat with heating element shall be warranted for at least 5 _ years. E. Have full length thermal linear protection for safety. F. The output power shall be at least 250 watt per foot. G. The heater model shall be U.L. listed. H. The safety feature of the model shall include an automatic, reset thermal overload — disconnects the heating element in the event normal operating temperatures are exceeded. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. The minimum heating units and total watts for each of the room shall be as follows: City of Lubbock, S.A.C. Facilities 7 (. PM r 7 i 7 10600 - 3 C. The line voltage setback thermostat shall be installed on the wall next to the light switches. D. Contractor shall install all the power wiring according to Division 16 - Electrical, National Electrical Code, City of Lubbock Electrical code and manufacturer's recommendation. E. The following are the baseboard heaters schedule are based on Markel HQC Series: Chlorine Building Heater Output Power Length (Ft) Quantity (BtuH) (Watts) Chlorine Scale Room 2 1 1,706 500 3 1 2,559 750 5 4 18,500 5,000 6 3 15,354 4,500 10 1 8,530 2,500 Chlorine Electrical Room 8 2 13,648 4,000 Chlorinator Room 10 3 17,590 15,000 Ammonia Building Heater Output Power Length (Ft) Quantity (BtuH) (Watts) Ammoniator Room 8 3 20,572 6,000 Ammonia Electric Room 8 2 13,648 4,000 END OF SECTION City of Lubbock, S.A.C. Facilities SECTION 11 EQUIPMENT 11005 -1 SECTION 11005 EQUIPMENT: GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Requirements of this Section apply to all equipment provided on the Project including that found in Sections 11, 15, and 16. 1.2 RELATED SECTION A. Section 03300 - Concrete, Materials and Proportioning. B. Section 09905 - Painting and Protective Coatings. C. Section 10400 - Identification, Stenciling, and Tagging Systems. D. Section 15060 - Pipe and Pipe Fittings: General Requirements. E. Section 16010 -Electrical: General Requirements. 1.3 REFERENCES A. Anti -Friction Bearing Manufacturers Association (AFBMA). B. American Gear Manufacturers Association (AGMA). C. American Society for Testing and Materials (ASTM): a. A307, Standard Specification Carbon Steel Bolts and Studs, 60,000 psi Tensile Str ngth. b. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. D. Institute of Electrical and Electronics Engineers (IEEE): 1. 112, Standard Test Procedure for Polyphase Induction 2. ICS 6, Enclosures for Industrial Control and System. 3. MGl, Motors and Generators. E. National Fire Protection Association (NFPA): Miscellaneous: 1. A single manufacturer of a "product" to be selected and utilized uniformly throughout Project even though: a. More than one manufacturer is listed for a given "product" in Specifications. City of Lubbock, S.A.C. Facilities 11005 -2 b. No manufacturer is listed. 2. Equipment, electrical assemblies, related electrical wiring, instrumentation, controls, and system components shall FULLY comply with specific NEC area and NEMA 250 and ICS-6 designations shown on Electrical Power Drawings and defined in Section 16010. 1.4 DEFINITIONS A. Product: Manufactured materials and equipment. B. Equipment: One or more assemblies capable of performing a complete function. Mechanical, electrical, instrumentation or other devices requiring an electrical, pneumatic, electronic or hydraulic connection. Not limited to items listed under "Equipment" article within specifications. 1.4 SUBMITTALS A. Shop Drawings: 1. General for all equipment: a. See Section 01300. b. Acknowledgement that products submitted comply with the requirements of the standards referenced. C. Sample form letter for equipment field certification: d. Certification that equipment has been installed properly, has been initially started up, has been calibrated and/or adjusted as required, and is ready for operation. e. Manufacturer's delivery, storage, handling, and installation instructions. f. Equipment identification utilizing numbering system and name utilized in Drawings. g. Equipment installation details: 1. Location of anchorage. 2. Type, size, and materials of construction of anchorage. 3 Anchorage setting templates. 4. Manufacturer's installation instructions. h. Equipment area classification rating. i. Shipping and operating weight. J. Equipment physical characteristics: 1. Dimensions (both horizontal and vertical). 2. Materials of construction and construction details. k. Equipment factory primer and paint data. 1. Manufacturer's recommended spare parts list. m. Equipment lining and coatings. n. Equipment utility requirements include air, natural gas, electricity, and water. City of Lubbock, S.A.C. Facilities 11005 -3 2. Mechanical and process equipment: C' a. Operating characteristics: 1. Technical information including applicable performance curves showing specified equipment capacity, rangeability, and efficiencies. ' 2. Brake horsepower requirements. 3. Copies of equipment data plates. b. Piping and duct connection size, type and location. C. Equipment bearing life certification. d. Field noise testing reports if such testing is specified { in narrow scope sections. ` e. Equipment foundation data: �• 1. Equipment center of gravity. 2. Criteria for designing vibration, special or unbalanced forces resulting from equipment operation. f. Field vibration testing reports if vibration testing is specified in narrow scope sections. 3. Electrical and control equipment: a. Electric motor information: 1. Name of manufacturer. 2. Service factor on motors 1/2 BP and above. 3. Motor enclosure type. 4. NEMA frame size, if applicable. 5. NEMA design code, if applicable. 6. Insulation type. 7. Locked rotor current. r8. Motor full load current, efficiency, and power factor at full ' load, 3/4 load, 1/2 load, and no load. r• 9. Rated size of motor horsepower. 10. Space heater data, if applicable. ` 11. Motor thermostat, thermistor, or RTD data, if applicable. �. 12. Type of bearings and lubrication. 13. Temperature rating. 14. Net weight. 15. Full load rotative speed. 16. Power factor correction data, if applicable. b. Notification, at least 1 week in advance, that motor testing will be conducted at factory. C. Certification from equipment manufacturer that all manufacturer supplied control panels that interface in any way with other controls or panels have been submitted to and coordinated with the supplier/installer of those interfacing systems. r City of Lubbock, S.A.C. Facilities 11005 -4 d. Control panels: 1. Panel construction. 2. Point-to-point wiring diagrams. 3. Scaled panel face and subpanel layout. 4. Technical product data on panel components. 5. Panel and subpanel dimensions and weights. 6. Panel access openings. 7. Nameplate test. 8. Panel anchorage. e. Motor test reports, including field megger test reports. f Certification prior to Project closeout that electrical panel drawings for manufacturer -supplied control panels truly represent panel wiring including any field -make modifications. B. Operations and Maintenance Manuals: 1. See Section 01300. PART2-PRODUCTS 2.1 . MANUFACTURED UNITS A. Electric Motors: 1. Provide motors designed and applied in compliance with NEMA, IEEE, and the NEC for specific duty imposed by driven equipment. 2. Where used in conjunction with adjustable speed drives, provide motors fully compatible with the variable speed controllers. 3. Where frequent starting applications are specified, design for frequent starting duty equivalent to duty service required by driven equipment. _ 4. Rate for continuous duty at 40 DegC ambient. Design in accordance with the NEMA Standards for Class F insulation with Class B temperature rise above 40 DegC ambient on continuous operation or intermittent duty at service factor load. 5. Design for full voltage starting. 6. Design bearing life based upon actual operating load conditions imposed by driven equipment. 7. Size for altitude of Project. 8. Unless otherwise specified, size so that under maximum continuous load - imposed by driven equipment, motor nameplate horsepower for continuous operation is minimum of 15 percent more than driven load. 37 9. Provide encapsulated windings in wet/corrosive and for outdoor - applications. 10. Furnish with clamp -type grounding terminals inside motor conduit box. 11. Furnish with external conduit boxes oversized at least one size larger than NEMA Standard. 12. Furnish with stainless steel nameplates: City of Lubbock, S.A.C. Facilities r 11005 -5 13 14. -15 16. 17 r a a. Standard motor rating nameplate. b. Nameplate engraved with bearign and lubrication data. C. Space heater nameplate to indicate space heater rating if applicable. d. Temperature detector nameplate to indicate type of detector provided, if applicable. e. Caution nameplates for space heaters, etc. Use of manufacturer's standard motor will be permitted on integrally constructed motor driven equipment such as appliances and hand tools specified by model number in which a redesign of complete unit would be required in order to provide a motor with other features as may be specified herein. Electric motors less than 1/3 HP. a. Single phase, 60 HZ, suitable for supply voltage indicated on Drawings. b. Permanently lubricated sealed bearings conforming to AFBMA Standards. c. Built-in manual -reset thermal protector or furnished with integrally mounted stainless steel enclosed manual motor overload switch. Electric motors 1/3 to 1 HP inclusive: a. Single or 3 PH, 60 HZ, suitable for supply voltage and phase indicated on Drawings. b. Permanently lubricated sealed bearings conforming to AFBMA Standards. Electric motors 1-1/2 through 10 HP: a. Rated 230 V, 60 HZ, 3 PH. b. Permanently lubricated sealed bearings conforming to AFBMA Standards. C. For vertical motors, provide 15-year, average -life thrust bearings conforming to AFBMA Standards. Unless otherwise specified, electric motors greater than 10 HP: a. Rated 230 V, 60 HZ, 3 PH. b. Oil or grease lubricated antifriction bearings conforming to AFBMA Standards. Design bearing life for 90 percent survival rating at 50,000 HRS of operation for motors up to and including 100 HP and at 100,000 HRS of operation for motors greater than 100 HP. C. Thermal protection: 1. Motors used in conjunction with solid state and/or other types of adjustable frequency or variable voltage motor controllers shall have at least one thermostat per phase to sense temperature in the motor windings. Thermostat contacts shall be normally closed, rated for 120 V AC. Contacts shall be wired in series, and the leads brought out to a separate terminal box for wiring in conduit. Thermostats shall automatically reset on falling temperature. r City of Lubbock, S.A.C. Facilities 11005 -6 d. For vertical motors, provide 15 year average life thrust bearings conforming to AFBMA Standards. e. Space heaters are to be provided, rated 120 V, single phase, sized to _ prevent condensation, and wired to a space heater terminal box. 18. Motors 15 HP and above having a locked rotor inrush KVA _ greater than 6.3 times motor horsepower are not acceptable. 19. Motor efficiencies: a. Unless otherwise specified, provide motors designed as "premium _ efficiency" or "energy -saving type. 20. Provide motors with suitable lifting provisions. 21. Measure efficiencies by IEEE 112 - Method B (Method E may be used for vertical motors 50 HP and larger. Vertical motors may eliminate thrust bearing losses for efficiency measurements). 22. See narrow -scope specifications for requirements of motors above 250 HP or motors designed for submersible service. 23. Unless otherwise specified, provide totally enclosed motors on outdoor equipment, equipment installed below grade, chemical feed and chemical handling equipment, and equipment operating in wet or dust -laden locations Dripproof motors, or totally enclosed at the supplier's option, shall be furnished on equipment in indoor, above -grade, clean, and dry locations. B. V-Belt Drive: 1. Provide each V-belt drive with sliding base or other suitable tension adjustment. Adjustment mechanism to be 304 stainless steel. 2. Provide V-belt drives with a service factor of at least 1.6 at maximum speed. 3. Provide staticproof belts. 2.2 COMPONENTS A. Gear Drives and Drive Components: 1. Size drive equipment capable of supporting full load including losses in speed reducers and power transmission. 2. Provide nominal input horsepower rating of each gear or speed reducer at least equal to nameplate horsepower of drive motor. 3. Design drive units for 24 HR continuous service, constructed so oil leakage around shafts is precluded. 4.. Utilize gears, gear lubrication systems, gear drives, speed reducers, speed increasers and flexible couplings meeting applicable standards of American Gear Manufacturers Association. 5. Gear reducers: a. Provide gear reducer totally enclosed and oil lubricated. b. Utilize antifriction bearings throughout. City of Lubbock, S.A.C.Facilities 11005 -7 r ! C. Provide worm gear reducers having a service factor of at least 1.20. d. Furnish other helical, spiral bevel, and combination bevel -helical gear r" reducers with a service factor of at least 1.50. 2.3 ACCESSORIES r A. Guards: 1. Provide each piece of equipment having exposed moving parts with full length, easily removable guards, meeting OSHA requirements. 2. Interior applications: a. Construct from expanded galvanized steel rolled to conform to shaft or coupling surface. b. Utilize non -flattened type 16 GA galvanized steel with nominal 1/2 IN spacing. C. Connect to equipment frame with hot -dip galvanized bolts and wing nuts. 3. Exterior applications: a. Construct from 16 GA stainless steel or aluminum. b. Construct to preclude entrance of rain, snow, or moisture. C. Roll to conform to shaft or coupling surface. - d. Connect to equipment frame with stainless steel bolts and wing nuts. B. Anchorage: 1. Cast -in -place anchorage: a. Provide ASTM F593, Type 316 stainless steel anchorage for exposed equipment. b. For continuously submerged anchorage, utilize ASTM 23 - A307 anchorage. For intermittently submerged applications, use 316 stainless steel. C. Configuration and number of anchor bolts shall be per manufacturer's recommendations. d. Provide two nuts for each bolt. 2. Drilled anchorage: a. Epoxy grout per Section 03308. b. Threaded rods same as cast -in -place. C. Data Plate: Attach a stainless steel data plate to each piece of rotary or reciprocating equipment. Permanently stamp information on data plate including manufacturer's name, equipment operating parameters, serial number and speed. D. Gages: Provide gages at locations shown or specified in accordance with Section 15060. �- City of Lubbock, S.A.C. Facilities f 11005 -8 2.4 FABRICATION A. Design, fabricate, and assemble equipment in accordance with best modern engineering and shop practices. B. Manufacture individual parts to standard sizes and gages so that repair parts, furnished at any time, can be installed in field. C. Furnish like parts of duplicate units to be interchangeable. D. Ensure that equipment equipment has not been in service at any time prior to delivery, except as required by tests. E. Furnish equipment which require periodic internal inspection or adjustment with -- access panels which will not require disassembly of guards, dismantling of piping or equipment or similar major efforts. Quick opening but sound, securable access ports or windows shall be provided for inspection of chains, belts, or similar -- items. F. Provide common, lipped base plate mounting for equipment and equipment motor where said mounting is a manufacturer's standard option. Provide drain connection for 3/4 IN PVC tubing. G. Machine the mounting feet of rotating equipment. 2.5 SHOP OR FACTORY PAINT FINISHES A. Electrical Equipment: 1. Unless otherwise specified, the standard factory -applied paint coating system(s) of the listed approved manufacturers of motor control centers, panelboards, transformers, switchboards, and engine generator sets, are acceptable. 2. As an alternate to the acceptable standard factory -applied paint coating systems, a manufacturer may provide a paint coating system in accordance with Section 09905. B. Other Equipment: In accordance with Section 09905. 2.6 SOURCE QUALITY CONTROL A. Motor Tests: -' 1. Test motors in accordance with NEMA and IEEE procedures. Include the following: a. Routine test: 1) Running no-load amperes. 2) Locked rotor amperes. City of Lubbock, S.A.C. Facilities r 11005 -9 i 3) Winding resistance, DC. 4) High -potential test at twice rated voltage plus 1000 V, with a minimum of 2200 V for 1 minute, winding to ground. 5) Vibration check. b. Complete test: 1) Rated load temperature rise. 2) Slip in percent. 3) Locked rotor amperes (3 PH, full voltage). 4) Locked rotor torque. 5) Breakdown torque. 6) High potential test; see paragraph 4 above. 7) Efficiencies tabulated at 100, 75, and 50 percent of full load. 8) Power factor tabulated at 100, 75, and 50 percent of full load. 2. The Owner reserves the right to, at any time, select and have tested any motor included within the Project. If motor passes testing requirements, Owner will be responsible for any shipping and testing costs incurred. Costs shall be determined by current freight rates and manufacturer's published rates at the time of the test. If motor fails test, Contractor shall be responsible for all costs incurred. If two successive motors fail the test, the Owner has the right to reject any or all motors from that manufacturer. The Owner also reserves the right to witness any routine or complete tests at Owner's expense. PART 3 - EXECUTION 3.1 INSTALLATION A. Install equipment as shown on Drawings and in accordance with manufacturer's directions. B. Utilize templates for anchorage placement for slab -mounted equipment. C. DO NOT construct foundations until major equipment supports are approved. D. Extend all non -accessible grease fittings using stainless steel tubing to a location �- which allows easy access of fittings. L , E. Construct subbases, either concrete, steel or cast iron, level in both directions. Particular care shall be taken at hold-down bolt locations so these areas are flat r" and level. F. Machine Base: 1. Mount machine bases of rotating equipment on subbases in manner that they are level in both directions according to machined surfaces on base. Use machinist level for this procedure. i- I City of Lubbock, S.A.C. Facilities 11005-10 2. Level machine bases on subbases and align couplings between driver and driven unit using steel blocks and shims. a. Size blocks and shims to provide solid support at each anchor bolt location. Area size of blocks and shims shall be approximately 1-1/2 times area support surface at each anchor bolt point. b. Provide blocks and shims at each anchor bolt. Blocks and shims that are square shape with "U" cut out to allow blocks and shims to be centered on anchor bolts. C. After all leveling and alignment has been completed and before grouting, tighten anchor bolts to proper torque value. d. Do not use nuts below the machine base on anchor bolts for base leveling. G Couplings: 1. Align in the annular and parallel positions. a. For equipment rotating at 1200 rpm or less, align both annular and parallel within 0.001 IN tolerance for couplings 4 IN size and smaller. Couplings larger than 4 IN size: Increase tolerance 0.0005 IN per inches of coupling diameter, i.e., allow 6 IN coupling 0.002 IN tolerance, and allow a 10 IN coupling 0.004 IN tolerance. b. For equipment rotating at speeds greater than 1200 rpm allow both annular and parallel positions within a tolerance rate of 0.00025 IN per inch coupling diameter. 2. If equipment is delivered as a mounted unit from factory, verify factory alignment on site after installation and realign if necessary. 3. Check surfaces for runout before attempting to trim or align units. H. Grouting: 1. After machine base has been shimmed, leveled, couplings aligned and anchor bolts tightened to correct torque value, a dam or formwork shall be placed around base to contain grouting. Extend dam or formwork at least 1/2 IN above the top of leveling shims and blocks. 2. Saturate top of roughened concrete subbase with water before grouting. Add grout until entire space under machine base is filled to the top of the base underside. Puddle grout by working a stiff wire through the ground and vent holes to work grout in place and release any entrained air in the grout or base cavity. 3. When the grout has sufficiently hardened, remove dam or formwork and finish the exposed grout surface to fine, smooth surface. Cover exposed grout surfaces with wet burlap and keep covering sufficiently wet to prevent too rapid evaporation of water from the grout. When the grout has fully hardened (after a minimum of 7 days) tighten all anchor bolts and recheck driver -driven unit for proper alignment. City of Lubbock, S.A.C. Facilities 11005 -11 3.2 IDENTIFICATION OF EQUIPMENT AND HAZARD WARNING SIGNS A. Identify equipment and install hazard warning signs in accordance with Section 10400. 3.3 FIELD PAINTING AND PROTECTIVE COATINGS A. For required field painting and protective coatings, comply with Section 09905. 3.4 WIRING CONNECTIONS AND TERNIINATION A. Clean wires before installing lugs and connectors. B. Terminate motor circuit conductors with copper lugs bolted to motor leads. C. Connections to carry full ampacity of conductors without temperature rise. 3.5 FIELD QUALITY CONTROL A. Furnish equipment manufacturer services as specified in the individual equipment specifications. B. Inspect wire and connections for physical damage and proper connection. C. For motors 50 HP and above, conduct insulation resistance (megger) test on each motor before energized. Conduct test with 500 or 1000 V DC megger. Test each phase separately. 1. Apply test voltage, phase to ground, on each phase being tested. Record resistance reading at 30 seconds and at one minute after test voltage is applied. Divide one minute reading by 30 second reading to obtain dielectric absorption ratio (DAR). DAR must be 1.25 or greater for 30 phase to pass test. 2. If phases have a DAR of 1.25 or greater, attach a tag to the motor and mark tag "Insulation Resistance Test OK" and sign. D. Check rotation of motor before connection to driven equipment, before PM couplings are bolted or belts installed. Before motor is started to check rotation, determine that motor is lubricated. E. Subbase that supports the equipment base and that is made in the form of a cast 1 iron or steel structure that has supporting beams, legs and cross member that are cast welded or bolted, shall be tested for a natural frequency of vibration after equipment is mounted. Keep the ratio of the natural frequency of the structure to the frequency of the disturbing force out of the range from 0.5 to 1.5. r i City of Lubbock, S.A.C. Facilities 11005-12 3.06 DEMONSTRATION A. Demonstrate equipment in accordance with Section 01060. END OF SECTION City of Lubbock, &A.C. Facilities 11061 - 1 SECTION 11061 PUMPING EQUIPMENT PART 1 - GENERAL 1.1 SECTION INCLUDES A. End Suction Centrifugal Pumps. B. Well Jet Pumps. 1.2 RELATED SECTIONS A. Section 01300 - Submittals. B. Section 11345 - Chlorination Equipment. C. Section 16100 - Electrical General provisions. 1.3 REFERENCES A. American Iron and Steel Institute (AISI): a. Steel Products Manual. B. American National Standard Institute (ANSI): C. American Society for Testing and Materials (ASTM): i. A48, Standard Specification for Gray Iron Castings. ii. A108, Steel Bars, Carbon, Cold Finished, Standard Quality. iii. A216, Steel Castings, Carbon, Suitable for Fusion Welding, for High Temperature Service. iv. A276, Standard Specification for Stainless and Heat Resisting Steel Bars and Shapes. V. A278, Gray Iron Castings for Pressure -Containing Parts for Temperatures Up to 650 Degrees F. vi. A 395, Ferritic Ductile Iron Pressure -Retaining Castings for Use at Elevated Temperatures. vii. A536, Ductile Iron Castings. D. Hydraulic Institute Standards for Centrifugal, Rotary and Reciprocating Pumps (HI). City of Lubbock, S.A.C. Facilities 11061 - 2 1.4 SUBMITTALS A. Shop Drawings: 1. Requirements in Section 01300. 2. Source quality control test reports. 3. Certification statement of solids passage. B. Operation and Maintenance Manuals: — 1. Submit 3 copies of Operation and Maintenance Manual. 1.5 END SUCTION PUMP OPERATION A. The two pumps serves as a booster pump for the solution fed chlorination system. B. The two pumps shall be used alternately and served as a back up pump for each other., C. The pressure gage upstream of the pumps shall send a signal to turn the pumps on when the pressure falls below the Manufacturer's recommend pressure for the Chlorinator's Injectors. D. The pressure gage at the down stream of the pump shall send a signal to turn the pumps off at the shut off head of the pump. 1.6 WELL JET PUMP OPERATION A. The well jet pump primary operation is to lift the water from the bottom of the sump of the 5 million gallon reservoir to the Chlorine residual meter. B. Furnish and install the pump, switches and piping as shown on the plans. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are _ acceptable: 1. End Suction Pump i. Fairbanks -Morse. -- ii. Morris. iii. Worthington. iv. Gould. V. Aurora. 2. Well Jet Pump City of Lubbock, S.A.C. Facilities b i 11061 - 3 r i. Myers - HJ Series ii. TEEL - Grainger - Stock No. 2P898. .3. Pressure Gauge: Ashcroft Model No. 127-9AS. w B. Submit requests for substitution in accordance with Specification Section 0 13 00. 2.2 END SUCTION PUMP MATERIALS r A. Pump Service Catergory and Tag Numbers: t 1. Pump volute: Cast iron, ASTM A48, Class 30 (minimum). 2. Impeller: Bronze, ASTM B584 (836). 3. Shaft: Carbon steel, ASTM A108-C1141. 4. Impeller wear rings: Bronze, ASTM B584 (836). 5. Shaft sleeve: Bronze, ASTM B584 (836). 6. Mechanical seals: A151 303 Stainless Steel, "Bursa-N" elastomers, "NI -Resist: seat, and carbon washers. 7. Frame: Cast iron, ASTM A48. 8. Bearing housing: Cast iron, ASTM A48. 9. Baseplate: Steel. B. Pressure Gauge: 1. 4.5 inch diameter liquid filled gauge with readings up to 230 feet of head and 100psi. 2.3 EQUIPMENT r� A. Performance and Configuration Requirements. 1. Chlorine Booster Pumps, CLB-1, CLB-2: f' a. Design condition: 80 gpm at 185 FT TDH with minimum pump efficiency of 63 percent. b. Secondary condition: 48 gpm at 191 FT TDH with minimum pump efficiency of 47 percent. C. Shutoff condition: 0 gpm at 194 FT TDH. d. Pump configuration: Horizontal. l e. Maximum pump speed. 3500 rpm. £ Nameplate driver horsepower: 10 g. Drive type: Constant speed. h. Drive configuration: Close coupled. t 2. Well Jet Pump a. Design: 10 gpm at 46 FT TDH. b. Pump Elevation to Depth of Water: 25 FT. r r a City of Lubbock, S.A.C. Facilities' 11061 - 4 C. Nameplate driver horsepower: 1.5 d. Drive type: Constant speed. _ e. Drive configuration: Close coupled. B. Assure increasing head characteristic from secondary design condition to shutoff condition where applicable. C. Provide a starter for the pumps. Have a fused disconnect and a motor starter in Nema 1 Enclosure for the rated Horsepower for the pump provided. Furnish all the wiring per latest electrical code. 2A END SUCTION PUMP FABRICATION A. -Horizontal Units: 1. Furnish casing to withstand 150 percent of shutoff head. 2. Provide single suction pump. 3. Provide tapped and plugged openings for 1/4-IN IPS gage connections. B. Suction and Discharge: _ 1. Provide units with ANSI Class 125 LB rated flange suction and discharge nozzles of the following diameters: SERVICE CATEGORY SUCTION, IN DICHARGE, IN --------------------------------------------------------------- -- CLB-1 1 1/2 1 1/4 C. Impeller: 1. Secure to keyed shaft by steel connector. 2. Install replaceable type wear rings. 3. Statically and dynamically balance per Hydraulic Institute Standards. D. Mechanical Seals: 1. Furnish with materials specified. E. Shaft and Sleeve: 1. Size shaft to transit full driver output. 2. Use accurately machined and constructed shaft. 3. Incorporate shaft sleeve to protect shaft from pumped liquid.' 4. Fabricate shaft for maximum deflection of 0.002 IN measured at the stuffing box. F. Pump Support: 1. Design base to support weight of shafting and pump. 2. Comply with Hydraulic Institute vibration limitations. City of Lubbock, S.A.C. Facilities r I h 11061 - 5 3. Mount horizontal pump, and motor on drip lip type baseplate. 4. Attach coupling guards and accessories to baseplate. 2.5 WELL JET PUMP FABRICATION A. Design primary for water well application. B. Noncorrosive impeller and diffuser. C. Built in ejector for shallow well operation. D. Dual Adjustment Square D pressure switch. E. Engineered reinforced thermoplastic impeller. SERVICE CATEGORY SUCTION, IN DICHARGE, IN ---------------------------- --- ------------- -------------- WJP-1 1 1/4 1 PART 3 - EXECUTION 3.1 INSTALLATION A. Installed the pumps according to the manufacturer's recommendation. B. Floor or Pad -Mounted Units: 1. Align vertically and horizontally level, wedge and plumb units to match piping interfaces. 2. Assure no unnecessary stresses are transmitted to equipment flanges. 3. Tighten flange bolts at uniform rate and manufacturer's recommended torque for uniform gasket compression. 4. Support and match flange faces to uniform contact over entire face area prior to bolting pipe flange and equipment. 5. Permit piping connecting to equipment to freely move in directions parallel to longitudinal centerline when and while bolts in connection flange are tightened. 6. Grout equipment into place prior to final bolting of piping but not before initial fitting and alignment. 7. Assemble connecting piping with gaskets in place and minimum of four bolts per joint installed and tightened. Test alignment by loosening flange bolts to see if there is any change in relationship of piping flange with equipment connecting flange. Realign as necessary, install flange bolts and make equipment connection. 8. Field paint units as defined in Section 09905. City of Lubbock, S.A.C. Facilities 11061 - 6 9. Provide pressure gauge on discharge of pump. C. Furnish and install the piping, fittings, valves and coupling as shown on the plans. Connect the discharge of the pump to a common discharge line. 3.2 FIELD QUALITY CONTROL A. Provide services of equipment manufacturer's field service representative(s) to: 1. Inspect equipment covered by these Specifications: 2. Supervise pre -start adjustments and installation checks. 3. Conduct initial startup of equipment and perform operational checks. 4. Provide a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel 5. Instruct Owner's personnel for the specified minimum number of hours at jobsite on operation and maintenance of the pumping equipment: END OF SECTION City of Lubbock, S.A.C. Facilities t r" SECTION 11345 ' CHLORINATION EQUIPMENT PART 1 - GENERAL 1.1 SECTION INCLUDES r t. A. Chlorinators. B. Chlorine vacuum regulating valves. 4 I C. Chlorine solution injectors. t' D. Chlorine solution distribution panels. c E. Chlorine ton -cylinder scales. F. Pressurized chlorine gas valves, connectors, unions, and accessories. r G. Chlorine gas detectors. j H. Auxiliary Ton Cylinder Shutoff System. �.- I. Chlorine residual analyzer. J. Storage Trunions. (: K. Auxilliary Ton Container Enclosure. I L. Control Panel (PLC). 1.2 RELATED SECTIONS A. Section 11005 - Equipment: General Requirements B. Section 15060 - Pipe and Fittings: General Requirements. '.. C. Section 11.061 - Booster Pump: End Suction Centrifugal. D. Section 13600 - Programmable Logic Controller. E. Section 16100 - Electrical General Provisions. City of Lubbock, S.A.C. Facilities 11345 - 1 11345 - 2 1.3 REFERENCE A. Chlorine Manual - Chlorine Institute, New York, New York: 1.4 SUBMITTALS A. Shop drawings: 1. Requirements in Section 11005. B. 3 copies of operation and maintenance manuals. 1.5 CHLORINE SYSTEM DESCRIPTION A. The PLC located in the electrical room shall receive analog signal from the following source and be capable of being manually switched to operate on the Primary or Secondary Programs: Primary Program: ^' 1. Flowmeter that measure flows range from 1 MGD to 45 MGD. Secondary Program: 1. Low Flow Meter which measure flows range from 1 MGD to 10 MGD. 2. High Flow Meter which measure flows range from 5 MGD to 50 MGD. _ B. The PLC shall be programmed to perform the following function with the analog signals received: Primary Progmm 1. Convert the 4-20 mA analog signal into a flow rate quantity in MGD. 2. Convert the flowrate rate into lbs of chlorine needed. 3. Send a 4-20 mA signal to first 500 lb chlorinator and the second 500 lb chlorinator to obtained the amount of chlorine needed. Secondary Proram 1. Differentiate which flow meter (high or low) it is transmitting the signal. 2. Convert the 4-20 mA analog signal into a flow rate quantity in MGD. 3. Convert the flowrate rate into lbs of chlorine needed. _ 4. Send a 4-20 mA signal to first 500 lb chlorinator and the second 500 lb chlorinator to obtained the amount of chlorine needed. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturer is acceptable or approved equal: City of Lubbock, S.A.C. Facilities t, 11345 - 3 1. Capital Controls - "CC". 2. Wallace and Tiernan - "W&T". B. Submit requests for substitutions in accordance with Section 01300. 2.2 GENERAL REQUIREMENTS r A. All products shall be specifically designed for use with chlorine gas or aqueous L chlorine solution, as appropriate, or else shall have a documented history of use (5 years minimum) in such environments. B. The chlorinating system shall have disinfection capability at variable rate from: 1. Minimum: 1 million gallon per day (M.G.D.) of groundwater at a dosage of 3 parts per million (ppm) which is approximately 25 pounds of chlorine gas. 2. Maximum: 45 M.G.D. of groundwater at a dosage of 3 p.p.m. which is approximately 1000 pounds of chlorine gas. C. Flow metering system consist of a flow meter located on the 42 inch line to Lubbock. The flow readings will be sent to these locations: 1. The corresponding chlorinator in the chlorinator room. 2. The corresponding ammonia metering system in the ammoniator building. 3. A Programmable Logic Controller (PLC) in the control room to totalize the flows. D. The PLC shall be programmed to do the following: 1. Totallize and record the flow from the 42 inch supply line to Lubbock. E. The Chlorinators shall have automatic residual/compound Loop control system that will accept 4-20 mA flow meter signal and residual meter readings. The point of application will be: 1. 42" line to Lubbock as indicated on the plans. There shall be a chlorinator to handle the low flow and one to handle the rest of the flow. 2. The 5 million gallon tank with the diffuser installed according to the plans. This chlorinator will provide the necessary disinfection for the quantity of water in the tank and maintain a residual of 3 ppm. This chlorinator will be piped to serve as a backup for the chlorinator that handles the rest of the flow for the 42 inch to Lubbock. F. The following equipment must be capable of transmitting signal as designated to control room under the following conditions: Requiring Dry Contacts Only Vacuum Switch At the Injector when there is loss of vacuum City of Lubbock, S.A.C. Facilities 11345 - 4 Pressure Switch At the Gas Manifold when the chlorine gas line losses pressure Chlorine Gas Detects chlorine gas leak and a separate signal to the scrubber, Detector alarm and light Requiring 4 - 20 mA signal Chlorinator Measure Chlorine usage or consumption Total Chlorine Measure total chlorine content in the water Analyser Pressure Transmitter Pressure reserve on Scada G. There are two sources of water supply for the injectors: 1. The 2 inch C-900 water line from the well fields. 2.. The 2 inch water line from the tank. The booster pump in Section 11060 shall provide the required pressure for the chlorinators. 2.3 CHLORINATORS A. Model: Capital Model 4144 W&T model V-2000 or approved equal. B. Chlorine capacity: Two (2) 500 pound per day (ppd) One (1) 1000 ppd, For stand-by. C. Chlorinator features: 1. Flow Proportional on compound loop as indicated, with remote setting via a 4 - 20 mA signal. 2. Transmit 4 - 20 mA signal to the control room on chlorine usage. 3. Injector supply and system vacuum gauges. 4. Mechanically actuated, variable -area orifice flow regulating device with a pressure -differential regulating valve. 5. Vacuum relief valve. 6. Rotameter flow indicator. 7. Free-standing, corrosion -resistant enclosure. 8. Design rotameters capacity to meet feed rate requirements. 9. Automatic Switchover between the two(2) - 500 ppd units. ; D. Automatic controller (mounted in chlorinator enclosure): 1. Compound - loop control which receives flow signal and chlorine residual signal and automatically maintains a set residual regardless of changes in water flowrate or residual chlorine requirement of the discharge line to Lubbock. 2. Flow proportional and remote setting, 4-20 mA input signal for input lines to tank. 3. NEMA 12 enclosure. City of Lubbock, S.A.C. Facilities 11345 - 5 4. Switch -selectable LED indicator showing percent of maximum water flow rate or actuator position. 5. Manual override. 6. No -flow alarm. 7. Dosage control potentiometer. 8. Provisions for calibration without specialized training. E. Mechanical actuator (mounted in chlorinator enclosure): 1. Reversible motor drive with thermal overload protection. 2. Mechanical manual override. 3. NEMA 4X enclosure. 2.4 VACUUM REGULATOR A. Description: 1. Vacuum regulating valves reduce the pressure of the chlorine gas from the container pressure to a gage vacuum. B. Chlorine capacity: 2000 pounds per day (each) C. Features: 1. Manual gas shut-off. 2. Filter -equipped. 3. Secondary gas check valve to stop gas flow should primary vacuum regulating valve stick open. 2.5 SOLUTION INJECTORS A. Description: 1. Injectors use potable water flowing through a venturi to create a vacuum in a port in the throat of the venturi though which chlorine gas is drawn. 2. Chlorine gas mixes with the water and forms an aqueous chlorine solution which is transported to the point of application. B. Design Operating Conditions: 1. Chlorination injectors: a. Chlorine capacity: 1000 pounds per day or as required. b. Inlet pressure to be determined by the Contractor. C. Discharge (Back) pressure determined by Contractor. d. Water Requirement: to be designed by the Engineer C. Construction: 1. Post -chlorination injector:. a. Plastic. City of Lubbock, S.A.C. Facilities 11345 - 6 b. 2 IN Fixed Ofifice Flanged throat. D. Booster Pump: A booster pump shall be installed on the water supply line to the injectors. This pump will be sized by the Contractor to provide the required designed flowrate and pressure. E. Solenoid Valve: 1. A solenoid valve or motorized ball valve shall be installed on the water supply lines to the injectors. 2. Solenoid valve will be opened by a signal when the injector is to be in service. 2.6 PRESSURIZED CHLORINE GAS VALVES, CONNECTORS, UNIONS, AND ACCESSORIES A. Auxiliary Ton Cylinder Valves: 1. Inlet: captive yoke connection to container valve. 2. Outlet: 3/4 IN straight pipe thread, male. 3. Materials: bronze, brass, Monel, and aluminum -silicon bronze; Teflon packing. 4. Valve configuration: 90 DEG angle. B. Flexible Cylinder Connectors: 1. Connections: 3/4 IN straight pipe thread, female, both ends. 2. Materials: soft -drawn seamless copper tubing, brass or bronze connectors. C. Header Valves: 1. Inlet: 3/4 IN straight pipe thread, male. 2. Outlet: 3/4 IN NPT, male. 3. Materials: Monel, brass, and aluminum -silicon bronze; Teflon 4. Valve configuration: 90 DEG angle. D. Line Valves: 1. Inlet and outlet: 1 IN NPT, female. 2. Materials: Forged steel, brass, bronze, and Monel; Teflon packing. 3. Valve configuration: straight. E. Unions: 1. Inlet and outlets: 1 IN NPT, female. 2. Type: 2 bolt "Ammonia" unions with chlorine resistant gaskets. 3. Materials: forged steel. F. Gauges: 1. Diaphragm -type, fluorocarbon oil filled. 2. Pressure or vacuum range as shown on the plans. 3. Inlet: 1/4 IN NPT, male. City of Lubbock, S.A.C. Facilities i a' 11345 - 7 2.7 CHLORINE GAS DETECTORS The chlorine gas detector shall be Acutec 35 CDGB as manufactured by Wallace & Tiernan or approved equal. There shall be chlorine gas detectors in the chlorine storage room, chlorinator room, electrical room and chlorine storage area. A. Electronic Alarm Module Features: 1. Two alarm levels, each adjustable from 1 PPM to 10 PPM. 2. Visual Indicators: a. Large LED lamps. b. Power "On" lamp. C. "Danger" lamps flashing at low setpoint. d. "Alarm" lamps at high setpoint with manual reset. 3. Audible alarm on high setpoint with manual silence switch. 4. Four auxiliary relays for alarms: a. Low alarm relay, 5 amp, SPDT. b. Two high alarm latching relays, 5 amp, SPDT. C. Power failure relay, 0.5 amp, SPST. 5. NEMA 4x enclosure. 6. System test pushbutton, with System Test Button option. 7. 120 volt, 60 Hz, single phase power. 8. Operating temp: -25 Deg to 55 DegC. 9. Battery back-up B. Sensor Features: 1. Electro-chemical gas diffusion type. 2. No maintenance. 3. Provide 25 FT of sensor cable. 4. Auto -test generator for sensor. C. Provide one standard manufacturer's calibration kit. 2.8 CHLORINE SCALE A. Manufactured by Force Flow Equipment. ` B. Requirements: 1. Quantity: 2. 2. Chlor-Scale Model; 12D120, Three container scales. 3. Dial Diameter: 12 inches. 4. Flexible hose from cell to dial, 10 ft. in length. 5. Dial accuracy better than 1/2 of 1%. 6. Dial capacity: 12,000 lbs. with provision for ease adjustment. 7. Temperature stable, rolling diaphragm type load cell. F r, City of Lubbock, S.A.C. Facilities 11345 - 8 8. 4-20 mA output. 2.9 AUXILIARY TON CYLINDER SHUTOFF SYSTEM A. Chlorine Gas Shutoff System for six - one (1) ton cylinder. The system shall upon alarm shutdown notification close the tank outlet valves on the chlorine ton cylinders. These shall be air operated unidirectional valve shut off actuators that require 110 VAC Control. The valves shall be Capital Controls - Tetra Systems. Contractor will be allowed Neles-Jamesbury Eliminator ANSI Class Screwed End Ball Valve Model No 3/4" or 1" - 9NBC227IMT or approved equal. 2.10 TOTAL CHLORINE RESIDUAL ANALYSER -' A. Wallace & Tiernan Depolox 3 Analyser or equal. Provide a total of two analyzers. Install according to manufacturer's recommendation and at the location as indicated on the drawings. Sampling sites shall be taken at the tank and the 42 inch line. At each of these sites furnish the following: _ 1. Construct a way to obtain sample by tapping the concrete line and provide a concrete vault for housing. 2. Furnish a well jet pump as specified in Section 11061 to pump the chlorinated water through a 1/2 inch pipe from the sampling point to the pump building. B. Requirements: Range: 0-19.9 PPM Display: 3 1/2 Digit LED Display Resolution: 0.01 below 2.0 PPM, 0.1 above 2.0 PPM Accracy: +/- 0.10 PPM Repeatability: +/- 0.05 PPM Linearity: +/- 0.5% Analog Outputs: Isolated 4=20 mA into 1000 ohms Max. Isolated 0-5 VDC Output Range: Operator Selectable, 0-1, 0-2, 0-3, 0-5, 0-10, or 0-20 PPM Alarms: Two adj. alarms - Spdt relays rated S A. RESISTIVE _ @ 110 VAC Enclosure: NEMA 4X ABS, opt. panel or wall mount Power: 110 VAC, 50/60 Hz. — Sensor: Amperometric;with polymeric membrane Sensor Materials: PVC, Platinum/Silver, Gold/Copper Electrodes Flowcell: Clear Lucite -- Operating Limits: Sensor: 0-50 degree C., 0-10 PSIG Electronics: -20 to +50.degree C, 0-95% R.H. City of Lubbock, S.A.C. Facilities p4 z 11345 - 9 2.11 STORAGE TRUNIONS A. Furnish and install 10 pairs/set of trunions Model 21 L as manufactured by Force Flow Equipment or approved equal to be installed in the Chlorine Storage Areas as indicated on Plans. 2.12 AUXILIARY ONE TON CONTAINER ENCLOSURE A. The Chlorine Storage Area shall be equipped with an auxiliary one ton container �- enclosure that shall contain the any leak from a full one ton chlorine. B. The container shall be a fiberglass container/enclosure as manufactured by Ceilcote Air Pollution Control or approved equal. The dimension of the container is 94"L by 33"W by 48"H. This thickness container shall be designed to carry its own weight. This container/enclosure shall be bottomless with a single piece construction with the walls and lid. The lid of the container shall have two lifting rings with a lifting cable. The middle of this lid shall have an rubber gasketted opening for easy connection to the fiber glass duct. C. This container shall be equiped for flexible connection. Provide flexible hose and fiber glass duct as shown on the plans. The flexible hose shall extend to the furthest point of the storage area. PART 3 - EXECUTION 3.01 GENERAL A. Conform to the requirements of Section 11005. B. Install piping and valves, and make all connections, in accordance with the recommendations of the Chlorine Manual and manufacturer's recommendations. 3.02 FIELD QUALITY CONTROL A. Employ and pay for the services of equipment manufacturer's field service representative(s) to: 1. Inspect equipment covered by these specifications. 2. Supervise adjustments and installation checks. 3. Conduct initial start-up of equipment and perform operational checks. 4. Certify that manufacturer's equipment has been installed properly, started up, and is ready for operation. 5. Instruct Owner's personnel for 8 hours at jobsite on operation and maintenance. �., City of Lubbock, S.A.C. Facilities 11345 - 10 PART 4 - CONTROL PANEL I 4.1 PRIMARY CONTROL SYSTEM PROGRAM A. The primary control panel will accept a 4-20 mA signal that is proportional to the a ground water flow rate from 1 to 40 MGD and multiply it against the dosage setting to arrive at the feed rate of chlorine. B. The program will also the dosage to be set manually. This will allow the Owner to change the dosage to meet the future TNRCC Regulations and requirements. C. The PLC will then provide outputs to turn on the appropriate amount of chlorinators to provide the feed rate required. D. The Control Pnael will be provided with HOA switches to allow form manual or automatic control. The CP will also be provided with a keypad with a line display for viewing flow rates and required chlorine dosage and setting control inputs. E. The control panel shall be mounted in the chlorinator room. The control enclosure will be NEMA 4X SS. The control panel will house all required power supplies, relays, circuit breakers, switches, indicators and plc. The panel will allow viewing of flow rate and chlorine feed rate. The chlorine dosage rates may be entered by the local keypad entry or remotely through the RS-232 port of the PLC. F. The panel will contain face mounted HOA Switches that will allow the solenoid valves to be controlled automatically, manual mode or placed into the off position. Above each HOA switch the panel will contain a call for indicator light that be on when that particular solenoid valve is to be energized. The panel will also contain indicators for AC & DC power. The unit will be provided with a 200Va ups to provide power & surge protection with a battery backup. G. The digital inputs and outputs will be 24 Volt DC. The plc shall be capable of expansion by the addition of input and output modules. The plc shall have two RS- 232 ports. 4.2 SECONDARY CONTROL SYSTEM PROGRAM A. The control panel will accept two 4-20 mA signal that is proportional to the ground water flow rate. The first signal is for a high flow range. The second signal is a low flow range. B. The controller (PLC) will take the flow signal, determine which flow range and convert it to a linear flow range. Then it will multiply it against the dosage City of Lubbock, S..A.C. Facilities 11345 - 11 setting to arrive at the feed rate of chlorine. C. The PLC will then provide outputs to turn on the appropriate amount of chlorinators to provide the feed rate required. D. The Control Pnael will be provided with HOA switches to allow form manual or automatic control. The CP will also be provided with a keypad with a line display for viewing flow rates and required chlorine dosage and setting control inputs. E. The control panel shall be mounted in the chlorinator room. The control enclosure will be NENIA 4X SS. The control panel will house all required power supplies, relays, circuit breakers, switches, indicators and plc. The panel will allow viewing of flow rate and chlorine feed rate. The chlorine dosage rates may be entered by the local keypad entry or remotely through the RS-232 port of the PLC. F. The panel will contain face mounted HOA Switches that will allow the solenoid valves to be controlled automatically, manual mode or placed into the off position. Above each HOA switch the panel will contain a call for indicator light that be on when that particular solenoid valve is to be energized. The panel will also contain indicators for AC & DC power. The unit will be provided with a 200Va ups to provide power & surge protection with a battery backup. G. The digital inputs and outputs will be 24 Volt DC. The plc shall be capable of expansion by the addition of input and output modules. The plc shall have two RS- 232 ports. END OF SECTION r„ City of Lubbock, S.A.C. Facilities 11346 - 1 SECTION 11346 AMMONIATOR EQUIPMENT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Ammonia Storage Tank B. Ammonia Metering System C. Ammonia gas valves, unions, accessories. D. Ammonia gas detector. 1.2 RELATED SECTIONS A. Section 11005 - Equipment: General Requirements. B. Section 13550 - Programmable Logic Controllers. C. Section 15100 - Pipe: Steel D. Section 15104 - Ball Valves. E. Section 16000 - Electrical. 1.3 REFERENCES: A. A.S.M.E. Code, Section VIII, Division 1, Standards for Pressure Vessels. B. A.S.M.E. Code, B-31.4, Code for Pressure Piping C. National Electric Code. D. Code of Federal Regulation, ART. 1910.11. E. National Building Code. F. A.N.S.I. K61.1, Safety Requirements for Storage and Handling of Anhydrous Ammonia 1.4 SUBMITTALS A. Submit under provisions of Section 0 13 00. City of Lubbock - S.A.C. Facilities 11346 - 2 B. Shop Drawings for the following must be designed and sealed by a Professional Engineer registered in the State of Texas. 1. Process and Instrumentation Diagram for the ammonia system. 2. Electrical Schematics. 3. General Arrangement Drawings. _ 4. Shop drawings of A.S.M.E. Code pressure vessels shall bear the stamp of a duly "Authorized Inspector" commissioned by the State of Texas. All Code pressure vessel shall be registered with the National Board of Boiler and Pressure Vessel Inspectors. C. Two sets of the following documents (approval) shall be submitted for approval within — 30 days from the date of an order for the equipment: 1. Process and Instrumentation Diagram 2. General Arrangement Drawings. — 3. Circuit diagrams. 2 Control Panel Layout 4. Shop drawings of all code pressure vessels. 5. Control Panel Layout. 6. Anchor -bolt layout. - D. Documents for Record, Four copies of each of the following: 1. Warranty: 2. Process and Instrumentation Diagram 3. General Arrangement Drawings. 4. Circuits diagrams & Control Panel Layout. 5. Shop drawings of all code pressure vessels. — 6. Code data sheets for pressure vessels. 7. Loose-leaf note - books containing: a. Installation, operation and maintenance instructions. b. Spare parts list. c. Catalog cuts of major components. E. Field engineering: The vendor shall offer the services of an experienced technician to inspect the work'and supervise the start-up and training of the operators for a period not to exceed 5 ^' consecutive days at no charge. The vendor shall state, in his proposal, the terms and condition related to extending this service. F. Warranty for two consecutive years that the manufacturer's representative will be present for the initial start up and field service and fine tuning. _ PART 2 - PRODUCTS . 2.1 GENERAL REQUIREMENTS A. All products shall be specifically designed for use with anhydrous ammonia, or else shall have a documented history of use (5 years minimum) in such environment. City of Lubbock - S.A.C. Facilities r 11346 - 3 B. The ammonia system shall have variable metering capability from: 1. Minimum: 1 million gallon per day (M.G.D.) of groundwater at a dosage of 0.75 parts per million (PPM) which is approximately 6.25 pounds of ammonia 2. Maximum: 45 M.G.D. of groundwater at a dosage rate of 0.75 PPM which is approximately 28012ounds of ammonia gas. I C. The ammonia facility shall consist of the following components: 1. Truck Unloading Rack to be mounted on the tank. r. 2. 1 Ea. 4,000 gallon Ammonia Storage Tank with maximum fill of 85 percent of full volume. 3. Anhydrous Ammonia Manifold assembly with Pressure Reducing Valves, Shut Flo Off Valves, emergency shut off valve and two tank connections. 4. Ammonia Metering assembly panel that will include Five Each Stainless Steel (SS) Solenoid Valves, 5 Ea.. Metering Tubes with Rate Valve and SS isolation valves for each feed section. The Metering tubes will be furnished sized for PPD with one each of the following sizes: 5,10, 20, 40, 80, and 160. This will allow the feeding of 5 PPD to 315 PPD of ammonia in steps of 5 pounds. 5. 1 Each Control Panel in a NEMA 4X SS Enclosure that will accept a 4-20 mA DC signal from the flow meter. The flow signal will be usedOne enclosed building for the Volumetric Ammonia Metering Assembly and a storage area roof covering for the ammonia tank. 6. Ammonia detector in the enclosed building. D. The following equipment must be capable of transmitting a signal as designated to the control room under the following conditions: EQuin ent Condition Requires Dry Contacts: Pressure Switch At the Gas manifold when the ammonia gas line losses pressure Ammonia Gas Detects ammonia gas leak and a separate signal to the alarm and light Detector t Requires 4 - 20 mA signal: Ammoniator Provide output signal corresponding to feed rate Total Ammonia Measure total ammonia content in the water Analyser 2.2 MODULE 1: THE STORAGE TANK A. The manufacturer shall be Ferguson Industries, La Roche Industries, Inc., Wendland Manufacturing Co., Dal -Worth Fabrication, Inc. or approved equal. Request for substitution shall be submitted in accordance with Section 01300. r City of Lubbock'- S.A.C. Facilities k . , 11346-4 B. 4, 000 gallon Anhydrous ammonia storage tank fabricated in accordance with ASME code specifications. The tank is fabricated from SA-516-70 steel - Design pressure 250 psig/120 degree F with no corrosion allowance. C. All appurtenances shall be suitable for anhydrous ammonia service. Tank appurtenances shall conform to American National Standard K61.1. Tank appurtenances shall include as a minimum, the following: 1. Dual Safety Pressure Relief with mainifold. 2. Pressure Gage 0-400 psi. 3. Pressure Switches 0-400 PSI. 4. 3" Dial Type Thermometer installed in a type 304 SS thermometer well. 5. Ladder and Platform that conform with O.S.H.A. requirements. 6. Vessel to be painted white. 7. Drain. 2.3 MODULE 2: PRESSURE REDUCING VALVES A. The system will be furnished with two pressure valves to lower the pressure in two steps. This will insure the least amount of reliquification of the gas and provide for a safe feed pressure. B. The gas pressure reducing valve shall be self actuated and spring loaded operated to automatically reduce the gas prssure to a constant valve. The capacity shall be 500 PPD of ammonia gas. C. The valve shall be constructed of cast ductile iron (ASTM, A-395), as recommended by the Chlorine Institute and ASME. The valve shall be rated for gas pressure service to 300 psig and a maximum temperature of 225 D.F. D. The valve diaphragm shall be tantalum. The valve plug and seat shall be housed in a capsule for ease of field removal and cleaning. E. The valve shall pipeline mounted and provided with a vent. F. The gas pressure reducing valves shall be Capital Controls Model PRV861A30101. 2.4 SOLENOID VALVES A. Solenoid valves to control on/off ammonia gas flow though the meter tubes will have bodies constructed of Stainless Steel The inlet and outlet connections will be 1/4" PT. The valve will be Normally Closed (closed when de -energized). Seals and discs will be Buna "N." B. The valves will have epoxy solenoids that are watertight and explosion proof. The coil voltage will be 24 Volts D.C. — City of Lubbock - S.A.C. Facilities 11346 - 5 C. The solenoid valves will be by ASCO. 2.5 AMMONIA METERING TUBES A. The metering tubes will be rotomers with feed rate adjustment valves. The meter tube will be out of Borocilicate glass. The fittings, float and valve assembly will be 316 Stainless Steel. The meter scale will be furnished per required feed rate list. B. The metering tubes will be panel mounted 2/ 1/4" NPT fittings. C. The metering tubes will be King Instrument. 2.6 AMMONIA GAS UNIONS AND ACCESSORIES A. Unions: 1. Inlet and Outlets: 3/4" female 2. Type: bolted "Ammonia" unions with ammonia resistant gaskets. 3. Materials: steel according to the manufacturer. B. Gauges: 1. Diaphragm -type, fluorocarbon oil filled. 2. Pressure or vacuum range as shown on the plans. 3. Inlet: 1/4 IN npt, male. C. Ammonia Gas Diffuser: 1. Direct Feed V NPT Diffuser 2.7 AMMONIA GAS DETECTOR A. Electronic Alarm Module Features: 1. Two alarm levels, each adjustable from 5 to 100% of span. 2. Visual Indicators: a. Large LED lamps. b. Power "On" lamp. C. "Danger" lamp flashing at low set point. d. "Alarm lamp at high set point with manual reset. 3. Audible alarm on high set point with manual silence switch. 4. Four auxiliary relays for alarms: a. Low alarm relay, 5 amp, SPDT. b. Two high alarm latching relays, 5 amp, SPDT. C. Power failure relay, 0.5 amp, SPST. 5. NEMA 4 x enclosure. 6. System test push-button. 7. 120 volt, 60 Hz, single phase power. 8. Operating temp: -25 Deg C to 65 Deg C. City of Lubbock - S.A.C. Facilities 11346 - 6 B. Sensor Features: 1. Electro-chemical gas diffusion type. 2. No maintenance. 3. Provide 25 FT of sensor cable. PART 3 - EXECUTION 3.1 GENERAL — A. Conform to the requirements of Section 11005. B. Install all equipment in accordance with the manufacturer's recommendations. 3.2 THE METERING SYSTEM A. The metering system provided is designed to provide step rate feeding of anhydrous ammonia vapor and injecting into the water line. The ammonia is delivered from the the storage tanks, to two pressure reducing valves in series, to the metering panel. B. A set of metering tube w/rate valve and solenoid valve is provided for 6 steps of feed rates. The tubes are sized for 5, 10, 20, 40, 80 & 160 PPD of ammonia feed. This provides for feeding in 5 lb. increments from 5 to 315 lb. The metering tubes and solenoid valves will be pre -piped and mounted to a plastic back panel ready for wall mounting. C. The control panel will either operate the Primary Program or the Secondary Program. Prim= Program 1. Recieve an analog signal from a flowmeter that measure flows from 1 to 45 MGD. Secondary Program 1. Recieve an analog signal from a low flowmeter that measure flows from 1 to 5 MGD. 2. Recieve an analog signal from a high flowmeter that measure flows from 5 to 50 _ MGD. D. The control panel will accept the :4-20 mA signals that is proportional to the ground water flow rate. The controller (PLC) will take the flow signal and multiply it against the dosage setting to arrive at the feed rate of ammonia. The PLC will then provide outputs to turn on the appropriate amount of solenoid valves to provide the feed rate required. The Control Pnael will be provided with HOA switches to allow form manual or automatic control. The CP will also be provided with a keypad with a line display for viewing flow rates and required ammonia dosage and setting control inputs. E. The metering system is supplied complete with safety control devices to ensure the safe operation of the equipment. An emergency shut off valve is supplied that will close if City of Lubbock - S.A.C. Facilities k i 11346 - 7 r pressure is lost or if an high pressure conditions exist. An emergency stop button will be provided to shut off the complete system down in case of an emergency. r F. A series of pressure gages are provided to enable the operator to quickly access the process conditions. A large digital disply of the flow rate capable of being viewed from 50 Ft. will be provided to allow manual adjustment while in manual mode. 3.3 METERING SYSTEM TECHNICAL DATA A. Flow Capacity �-, i, 6 TO 310 LB/Day +/-5% max B. Accuracy Control accuracy is +/-5% of full scale C. Repeatability +/-5% of Full Scale D. Pressure Maximum: 250 psig from Tank to PRV and 35 PSI to metering panel. E. Temperature 20-120 degree F. F. Control Automatic - flow proportional or manual z G. Electrical Power �- 120 VAC, 60 Hz to control panel; 24 VDC to Solenoid Valves. 3.4 FIELD QUALITY CONTROL r A. Employ and pay for the services of equipment manufacturer's field service representatives) to: ' 1. Inspect equipment covered by these specifications. F 2. Supervise adjustment and installation checks. 3. Conduct initial start-up of equipment and perform operational checks. 4. Certify that manufacturer's equipment has been installed properly, started up, and is ready for operation. 5. Instruct Owner's personnel for 8 hours at jobsite on operation and maintenance. 3.5 UNLOADING STATION A. An unloading station consist of a liquid feed and vapor return manifold mounted to the 4000 gallon tank as shown on the plans. Typical appurtenances include shut off valves, �- vent valves, hydrostatic relief valves, with ACME type connectors. City of Lubbock - S.A.C. Facilities 11346 - 8 B. The unloading station is used to provide a convenient hook-up point for unloading ammonia from a delivery truck. C. Appertunances shall include as a minimum, the following: 1. Bleed Valve . 2. Shut-off Valve 3. Flow Sight Glass 4. Shut-off Valve — 5. Cable Actuated Emergency Shut -Off Valve 6. Dual Liquid Feed pressure relief valve PART 4 - CONTROL PANEL 4.1 CONTROL SYSTEM A. The control panel can be local or remote mounted. The control enclosure will be NEMA 4X SS. The control panel will house all required power supplies, relays, circuit breakers, switches, indicators and plc. The panel will allow viewing of flow rate and ammonia feed rate. The ammonia dosage rates may be entered by the local keypad entry or remotely through the RS-232 port of the PLC. The panel will contain face mounted HOA Switches that will allow the solenoid valves to be controlled automatically, manual mode or placed into the off position. Above each HOA switch the panel will contain a call for indicator light that be on when that particular solenoid valve is to be energized. the panel will also contain indicators for AC & DC power. The unit will be provided with a 200Va ups to provide power & surge protection with a battery backup. The main controller will be a plc with 16 DI, 16 DO, 4 AI, & 2 AO. The digital inputs and outputs will be 24 Volt DC. The plc shall be capable of expansion by the addition of input and output modules. The plc shall have two RS-232 ports. PART 5 - FABRICATION AND DESIGN 5.1 DESIGN AND FABRICATION OF PRESSURE VESSEL u A. GENERAL 1. This specification together with the purchase order and drawings covers the — requirements for the design and fabrication of the pressure vessel. 2. In case of conflict the purchase order and drawings takes precedence over this specification. City of Lubbock - S.A.C. Facilities 11346 9 3. Pressure vessels shall be designed, fabricated, inspected and stamped in accordance with the latest edition of the ASME Boiler and Pressure Vessel Code, r Section VIII, Division 1, and its subsequent addenda. 4. Vessel and vessels appurtenances shall comply with the regulations set forth in the latest editions of; a. ANSI 61.1 Safety Requirements for the Storage and Handling of Anhydrous Ammonia. b. Occupational Safety and Health Act (OSHA). C. The Code of Federal Regulations (FCR29). 5. Vessel manufacturers are invited to quote prices on alternative materials and construction methods if economic or other aspects make it reasonable to do so. 6. All deviations from this specification, the purchase Order, or the drawings shall have written approval of the purchaser. 7. Vessel fabricator, after receipt of purchase order, shall furnish to purchaser checked shop drawings for approval. B. DESIGN 1. Pressure vessels shall be designed to withstand the loadings exerted by internal or external pressure, weight of the vessel, wind, earthquake, reaction to supports, impact and temperature. 2. The maximum allowable working pressure shall be limited by the shell or head, not by minor parts. 3. Wind load and earthquake. All vessels shall be designed to be free standing. To determine the magnitude of wind pressure, the probability of earthquakes and seismic coefficients in various areas of the United States, Standard ANSI A58.1- 1972 (Code Requirement for Minimum Design Loads in Buildings and other Structures) shall be applied. It is assumed that wind and earthquake loads do not occur simultaneously, thus the vessel shall be designed for either wind or earthquake loading, whichever is greater. 4. Horizontal vessel supported by saddles shall be designed according to the methods of L.P. Zick (Stress in Large Horizontal Pressure Vessels on Two Saddle Supports). 5. Vessel manufacturers shall submit designs for approval when purchaser does not specify the required plate thickness. City of Lubbock - S.A.C. Facilities 11346 - 10 6. The following exception should be made to the ASME code specification. Construction under Table UW 12 at a basic -joint efficiency under 80% is not authorized. Vessels shall not be inspected and tested under the provisions of UG- 90(c)(2). 7. The entire container shall be post -weld heat treated after completion of ALL welds in and/or to the shells and heads. The method employed shall be as prescribed in the ASME code. Welded attachments .to pads made be made after post -weld heat treatment. 8. Steels used in fabrication pressure containing parts of a tank shall have a tensile strength no greater than a nominal 70,000 psi. 9. The minimum design pressure shall be 250 psig. C. FABRICATION 1. Materials shall be specified by purchaser and their designation indicated on the shop drawings. Materials shall not be substituted for those specified without prior written approval of purchaser. 2. The thickness of plate used for shell and heads shall be 1/4 inch minimum. 3. Manufacturer's welding procedures and qualification records shall be submitted for approval upon receipt of purchase order, Welding not shall be performed prior to purchaser's approval of welding procedure and qualification. All welding shall be done by metallic shielded arc or the submerged arc welding — process. Permanently installed backing strips shall not be used without written approval of attached to. 4. Longitudinal seams in cylindrical or conical shells, all seams in spherical shells and built-up heads shall be located to clear openings, their reinforcing pads, and saddle -wear plates. Circumferential seams of shell shall be located to clear openings, their reinforcing pads, tray and insulation support rings, and saddle wear plates. When the covering of circumferential seam by reinforcing pad is unavoidable, the seam shall be ground flush and examined prior to welding the reinforcing pad in place. 5. Base rings shall be designed for an allowable bearing pressure on concrete of 625 psi. City of Lubbock - S.A.C. Facilities (e l 11346 - 11 6. Anchor bolt chairs or lug rings shall be used where required and in all cases wher vessel height exceeds 60 feet. The number of anchor bolts shall be in multiples of 4; minimum of 8 is preferred. 7. Saddle. Horizontal vessels shall be supported by sakkles, preferably by only two whenever possible. Saddles shall be welded to the vessel, except when specifically ordered to be shipped loose. Saddles to be shipped lose shall be feted to the vessel and match marked fro field installation. The shop drawing shall bear detailed instruction concerning this. When temperature expansion will cause more than 3/8 inch change in the distance between the saddles, a slide bearing plate shall be used. Where the vessel is supported by concrete saddles 1/4 inch thick, corrosion plate 2 inches wider than the concrete saddle shall be welded to the shell with a continuous weld. The corrosion plate shall be provided with a 1/4 inch vent hole plugged with plastic sealant after the vessel has been pressure tested. 9. Openings of 2 inches and smaller shall be 3000 lb forged steel full or half coupling. Openings 2-1/2 inches and larger shall be flanged. Flange faces shall be as follows: Raised face......... below Class 150 lb. rating ANSI Raised face......... Class 150 rating ANSI, pipe size 3 inches and smaller Ring type joint.... Class 150 rating ANSI, pipe size 4 inches and larger Ring type joint.... above Class 150 rating ANSI Flange -bolt -holes shall staddle the principal centerlines of the vessel. Openings shall be flush with inside of vessel when used as drains or when located so that there would be interference with vessel internals. Internal edges of openings shall be rounded to a minimum radius of 1/8 inch or to a radius equal to one half of the pipe wall thickness when it is less than 1/4 inch. When the inside diameter of the nozzle and the welding neck flange or welding fitting differ by 1/16 inch or more, the part of smaller diameter shall be tapered at a ratio 1:4. Openings shall be reinforced for new and cold, as well as for corroded condition. The plate used for reinforcing pad shall be the same composition as that used for rthe shell or head to which it is connected. 6, (,., City of Lubbock - S.A.C. Facilities 11346 - 12 Reinforcing pads shall be provided with a 1/4" tapped tell tale hole located at 90 degrees of the longitudinal axis of the vessel. The minimum outside diameter of the reinforcing pad shall be 4 inches plus the diameter of the opening's neck. When covers are to be provided for openings according to the purchaser's requisition, manufacture shall furnish the required gaskets and studs; these shall not be used for testing the vessel. Manway covers shall be supplied with two handle Coupling threads must be clean and free from defects after installation. 10. Internals. Internal carbon steel piping shall be standard weight unless otherwise specified. Internal flanges shall be ANSI 150 lb. slip on type. Carbon steel internal flanges shall be fastened with carbon steel square head machine bolts and square nuts tack welded to the flanges to avoid loosening. Removable internals shall be made in sections which can be removes through the manway. Removable internals shall not be provided with corrosion allowance. For openings connected to pump suction, a vortex breaker shall be provided. 11. . Appurtenances. Vessels provided with manways, liquid level controls or relief valves, shall be.equipped with caged ladders and platforms. Ladder and platform plugs shall be shop welded to the vessel. Where vertical vessels require insulation, fabricator shall furnish support rings. Reinforced rings may be utilized in supporting insulation. Insulation support rings shall be 1/2 inch less than in width than the thickness of the insulation and spaced 12 foot - 1/2 inch clear starting at the top tangent line. The top ring shall be continuously welded to the head; all other rings may be attached by a 1 inch long fillet weld on the inch centers. The bottom head of insulated vertical vessel shall be equipped with 1/2 inch square nuts welded with their edges to the outside of the head on approximately 12 inch square centers. City of Lubbock - S.A.C. Facilities r� 11346 - 13 W E. 7 Inspection 1. Purchaser reserves the right to inspect the vessel at any time during fabrication to assure that the vessel materials and workmanship are in accordance with this specification. 2. The approval of any work by the purchaser's representative and his release of a vessel shall not relieve the manufacturer of any responsibility for carrying out the provisions of this specification. Miscellaneous 1. Radiographic examination shall be performed when required by the ASME Code or when determined by the economics of design. 2. The completed vessel shall be provided with two non -corroding metal name plates securely attached to the vessel by welding. The first tag should be marked: a. As required by paragraph UG-116 of the ASME Code and identifying compliance with the rules of the ASME Code under which the container is constructed. The second tag should be marked: a. With National Board of Boiler and Pressure Vessel Inspectors stamping to indicated registration of the container with this organization. b. With the notion on the container and system nameplate to indicate whether the system is designed for aboveground or underground installation or both. C. With the minimum and maximum temperature in degrees Fahrenheit or degree Celsius for which the container is a designed. d. With the wall thickness of the container shell and heads in inches or millimeter. e. With the water capacity of the container in pounds or Kilograms or U.S. standard gallons or cubic meters at 60 degrees F. f. With the outside surface area of the container in square feet or square meters. 3. All container except openings for pressure relief valves, pressure indicating devices, thermometer thermowells, or liquid level indicators shall be stenciled or decaled to indicate whether the opening is in contact with the liquid or vapor phase when the container is filled to the maximum allowable fillings density. 4. If the vessel is post welded heat treated, no welding is permitted after stress relieving. 5. Removable internals shall be installed after stress relieving. City of Lubbock - S.A.C. Facilities 11346 - 14 6. The location of all vessel components openings, seams, internals, etc., of the vessel shall be indicated on the shop drawings by the distance to a common reference line. The reference line shall be permanently marked on the shell. 7. The hydrostatic test pressure shall be maintained for an adequate time to permit a thorough inspection, in case not less than 30 minutes. 8. Vessels shall be painted with white paint as specified in the purchase order. 9. Each Vessel should be marked on at least two sides that are visible with the words -- "Anhydrous Ammonia" in sharply contrasting colors with the letters not less than 4 inches high. Each container shall be conspicuously marked with a hazard warning label complying with 29 CFR 1910.1200. G. Before the vessel is ready for shipment the manufacturer shall furnish purchaser copies or reproducible transparencies each of the following reports. _ a. Manufacturer's data report. b. Shop drawings showing the vessel and dimensions "as Built". _ C. Photostatic copies of recording charts showing pressure during hydrostatic test. _ d. Photostatic copies of recording charts showing temperatures during post -weld heat treatment. e. Rubbing of name plate. 5.3 VALVES AND PIPING FOR ANHYDROUS AMMONIA SERVICE A. All piping shall conform to ANSI/ASME B31.4; American National Standard for Chemical Plant and Petroleum Piping. B. All piping, tubing and fittings shall be made of steel or other material suitable for anhydrous ammonia service. C. Piping shall at least ASTM A-53 or SA 106, Grade B Electric Resistance Welded and Electric Flash Welded pipe or equal. Such pipe shall be at least schedule 40 when _ joints are welded or welded and flanged. Such pipe shall be at least schedule 80 when joints are threaded. Threaded connections shall not be back welded. Brass, copper, or galvanized steel pipe shall not be used. D. All piping tubing and fittings shall be designed for a pressure not less than the maximum pressure to which they may be subject in service. E. All piping shall be supported in accordance with good piping practices and provisions shall be made as necessary for expansion, contraction, impact, vibration, and for settling. City of Lubbock - S.A.C. Facilities i 11346 - 15 6 F. All metal flexible connections for permanent installations shall have a minimum r" working pressure of 250 psig. G. Cast Iron fittings shall not be used. Those parts of fittings or valve which are subject to p gas pressure should be made of steel, ductile (modular) iron, or malleable iron meeting ASTM A478-68, ASTM 395-68 or ASTM A126-66 Class B or C. Valves in this case include shut-off valves, excess flow valves, back check valves, emergency shut-off valves, and remotely controlled valves. H. Joint compound shall be resistant to ammonia at the maximum pressure and temperature to which they may be subject in service. I. After assembly, all piping, hose and tubing shall be tested and proved to be free from leaks at a pressure not less than the normal operating pressure of the system. J. Fittings such as tees, crosses, elbows, caps and reducers shall be used for all changes in ( direction, intersections, size changes, and end closures of all piping, unless the use of fittings is impractical. Pipe will not be bent. K. PIPE 2" down - Sch 80, smis or welded, carbon steel, plain end, ASTM A53 Gr B. 2%" up - Sch 40, smis, carbon steel, bevel end, ASTM A53 Gr B. L. FITTINGS 2" and smaller - 3000#, forged steel, thd, ASTM A105, dimm per ANSI B 16.11. 2%" and larger Sch 40, butt weld, smis, ASTM A234 Gr WPB, dimm per ANSI B16.9. M. FLANGES 3 up - 150 lb., RF, butt weld neck, ASTM A105, dimm per ANSI B16.5. N. GASKETS 150 lb., flat ring per ANSI B 16.21, 1/16" thick, Garlock 3000 or equal. O. BOLTING All Sizes - ASTM A193 Gr B7 bolts w/2 ASTM A194 Gr 2H heavy hex nuts each. P. THREAD DOPE Up to 400° F use teflon tape. Q. UNIONS 2" down - 3000 LB, forged steel, thdd, internal steel seat, ASTM A105, ANSI B2.1 internal NPT. r R. GLOBE VALVES 2" down - 400 lb, thdd, ductile iron body per ASTM A395, BUNA-N seat, Rego �; City of Lubbock - S.A.C. Facilities y� 11346 - 16 A7500 series or equal. 3" up 300 lb, flanged, ductile iron body per ASTMA95, BUNA-N seat, Rego A7500 series or equal. END OF SECTION City of Lubbock - S.A.C. Facilities i 11922 - 1 r SECTION 11922 CHLORINE VAPOR SCRUBBER SYSTEM FOR 1-TON APPLICATION PART 1 - GENERAL 1.1 SECTION INCLUDES The work specified herein includes furnishing and installing all equipment and materials necessary to provide the owner with a chlorine vapor scrubber system. The system must be a completely packaged unit, pre -assembled, piped and wired, and include a scrubber, demister, pump(s), fan, and controls. Chlorine leak detectors are specified elsewhere and are not part of these specifications. The complete scrubber system shall be a "UNITARY" single piece construction. 1.2 RELATED SECTIONS A. Section 11005 - Equipment: General Requirements. B. Section 11345 Chlorination Equipment. C. Section 16100 - Electrical General Provisions 1.3 REFERENCES A. American Society for Testing and Materials (ASTM). 1. A48, Standard Specifications for Gray Iron Casting 2. A363, Structural Steel. 3. A582, Specification for Free Machining Stainless and Heat Resisting Steel Bars. 4. D1785, Specification for Rigid Poly Vinyl Chloride (PVC) Compounds and Chlorinated Poly Vinyl Chloride (CPVC) Compounds. 5. D3299, Specification for Filament Wound Glass Fiber Reinforced Polyester Chemical Resistant Tanks. B. Chlorine Institute Standards. C. National Bureau of Standards (NPS). 1. Voluntary Product Standard PS 15. D. National Electrical Manufacturer's Association (NEMA). 1.4 SUBMITTALS A. Submit under provisions of Section 01300. r i 1 ' City of Lubbock, S.A.C. Facilities r. . r 11922 - 2 B. Shop Drawings: Drawings showing all piping, ductwork, valves, and control for review by the Owner. The Contractor shall submit the following information for approval before equipment is fabricated: 1. Drawings of system showing assemblies, arrangements, piping, electrical, mounting details, equipment outline dimensions, fitting size and location, motor data, operating weights of all equipment and sufficient information to allow the Owner to check clearances, connections, and conformance with the specifications.. ; 2. Materials of construction of all equipment. 3. Manufacturer's catalog data, operating literature. Specifications, performance data, and calibration curves for caustic soda recycle pumps, exhaust fan, and auxiliary components. 4. Complete instrumentation, control, logic and power wiring diagrams in sufficient detail to allow installation of the instrumentation, controls, and electrical components. 5. Manuals: Furnish manufacturer's installation, operation and maintenance manuals, bulletins, and spare parts lists. 6. Affidavits: Furnish affidavit from the system supplier stating that each system has been properly installed and tested and is ready for full time operation. C. Design Calculations: The CONTRACTOR shall submit complete design calculations for the Emergency Chlorine Scrubber System to confirm the following: 1. The system design calculations must demonstrate a minimum overall system removal efficiency of 99.99%. 2. The pressure in the chlorine storage room must never exceed ambient atmospheric pressure from the beginning of the design leak event to the time the scrubber system shuts off. 3. The system shall be capable of withstanding the imposed seismic loads specified. Certified design calculations stamped by a registered professional engineer. Calculations shall include, but not be limited to, the following: • Dead loads • Live loads • Seismic loading per UBC Code • Anchor lug attachment to the shell 4. The unit shall be capable of withstanding hydrostatic load of shop tests and the field conditions of being filled to the top of the caustic soda storage/recycle tank with 20% caustic solution. 5. The system contains a minimum amount of caustic required to scrub the total amount of chlorine during the leak event. Calculations shall include ventilation rate, system pressure, chlorine flow and weight, caustic concentration from the beginning to the end of the scrub cycle. 6. The percentage decrease in caustic concentration and final concentration of caustic during a test cycle of 15 minutes every two weeks assuming no chlorine is absorbed. City of Lubbock, S.A.C. Facilities 11922 - 3 7. The maximum temperature of the recycled scrubbing solution during the design leak event and that the system is capable of handling the developed temperatures. 8. The exhaust fan is capable of handling the minimum required air flow from the chlorine storage room including the resistance of all ductwork, fittings, and system components. 1.5 DESCRIPTION .• A. System Description: The Contractor shall furnish and install a complete "once -through", 3-stage, pre -piped, wired, tested and packaged emergency chlorine gas scrubber system including an integral absorber with three chemical scrubbing stages, a mist eliminator, (� exhaust fan, integral caustic storage tank, caustic recirculation pumps, piping, valves, 4 fittings, chlorine leak detectors, ductwork, and all other equipment and accessories as specified to provide a total system. B. The mechanical, structural, and electrical design has been based on a chlorine vapor scrubber system manufactured by RJ Environmental, Inc. The cost of any changes and modifications to mechanical, structural, electrical, and emergency electrical facilities necessary to adapt alternate equipment to the layout and design shown shall be borne by the CONTRACTOR. Clearances shown on the Drawings shall be maintained. Any such proposed changes or modifications are subject to review and acceptance of the OWNER. C. The acceptable manufacturers are RJ Environmental, Inc., Powell Fabrication & Manufacturing, Inc., EST Corporation, or approved equal. 1.6 QUALITY ASSURANCE A. In order to be considered for qualification as an alternate, the following must be submitted: 1. Drawings, specifications, and product literature with adequate detail to determine that what is proposed will meet the requirements of the plans and specifications. l 2. A list of installations (20 minimum) of similar type presently in service. 3. Evidence of manufacturing capability including description of facilities, the number " and qualifications of personnel, and quality control practices. The alternate r equipment supplier shall identify major outside fabricators for the purpose of determining experience. r~ 4. Evidence of technical capability to design and check the alternate system fully, r including modifications required to building and other systems. S. Evidence of full scale testing by an independent testing laboratory. d 6. A complete listing of changes which will be required in the contract plans and • specifications to accommodate the alternate equipment. PO r 1. B. Alternate bidders shall guarantee in writing, signed by an officer of the company, that the equipment offered will provide comparable or superior features, performance, City of Lubbock, S.A.C. Facilities 11922 - 4 quality and materials of construction as the equipment specified. The cost of any changes incidental to the installation of the alternate equipment such as electrical wiring, relocation of piping, engineering supervision, ductwork, building configuration and design, shall be borne by the contractor with no additional expense to the Owner or Engineer. If after installation the alternate equipment does not, perform in accordance with the specifications or other deficiencies are noted, the Owner will require the modification or replacement of such equipment to meet the specifications at no additional expense. C. Codes: The Contractor shall comply with the rules and regulations of authorities having jurisdiction over the work specified herein, including but not limited to, the 1994 Uniform Fire Code with local amendments (Article 80, Hazardous Materials, in particular) and the 1991 Uniform Building Code. The scrubber system shall be pre - approved by regulatory agencies such as SCAQMD, CA, if required. D. , Testing: Testing shall have been carried out at a fully accredited national testing laboratory facility [Council of American Building Officials - (CABO) or equal], with appropriate witnesses. Any test carried out at a manufacturer's facility will not be considered acceptable. Scrubber suppliers shall provide sufficient test data to demonstrate that they have successfully evaluated their full-scale system and its ability to neutralize the adverse consequences of an actual one ton chlorine spill as well as release rates of 100 lbs/minute or higher. Test data shall include a profile of temperatures and pressures throughout the spill room and scrubber system for the test cycle. Test results exhibiting conformance to the Uniform Fire Code regarding emissions shall be made part of the required design submittal for approval prior to release for fabrication. All of the costs associated with compliance to this specification are the responsibility of the scrubber manufacturer. 1.7 WARANTY Contractor shall warrantee the whole system, both in material and workmanship, for a period of one year from the day of final acceptance, or the time the system is put for beneficial occupancy, whichever occurs first. 1.8 MANUFACTURER'S SERVICES A. The system manufacturer's representative shall be present at the job site for the following time period; travel time excluded: 1. Eight. hours for installation assistance, inspection, certification of the installation, and assisting Owner's staff in the initial filling of the caustic storage tank. 2. Eight hours to inspect the system and assist the contractor in field performance tests. 3. Eight hours to train Owner's staff in operation of the system, including safe chemical handling procedures. City of Lubbock, S.A.C. Facilities d I. 11922 - 5 i PART 2 - PRODUCTS r 2.1 DESIGN AND PERFORMANCE CRITERIA A. Design Leak Event: The Emergency Chlorine Scrubber shall be of sufficient size and design to treat a release of the entire contents of stored chlorine and place the chemical storage room under a negative pressure. The system shall be designed for the following conditions. Chlorine Stored Capacity: 2,350 lbs Liquid Release Rate: 100 lbs/min Flash -Off Rate: 100 % of liquid release Boil -off (vaporization) Rate: 8 lbs/hr—ft2 Storage Building Volume: 6035 W Minimum Ventilation Rate: 3,000 acfm Maximum Outlet Chlorine Conc.: 5 ppm B. Design Description: The Emergency Chlorine Scrubber shall be a single -pass system E which draws vapor from contaminated room, treats the vapor, and discharges to the atmosphere outside the building. Chlorine concentration in the discharge shall not r exceed 5 ppm at any time. The system shall also lower the concentration in the room to 1 ppm in less than 120 minutes after evaporation of all liquid chlorine has completed. C. Draft: The Emergency Chlorine Scrubber shall provide sufficient draft to overcome the resistance of ductwork, fittings and dampers to maintain a negative pressure in the room to prevent atmosphere leakage of vapor. D. System Operation: The Emergency Chlorine Scrubber shall be designed for complete and automatic operation in response to a signals from remotely located leak detectors or in response to manual activation. E. Spent Chemical Disposal: The Emergency Chlorine Scrubber shall allow spent caustic soda to be discharged by the caustic recycle pumps. 2.2 EQUIPMENT: A. Chlorine Scrubber System: The chlorine gas scrubber system shall be a three -stage, once through absorber, designed to remove minimum of 99.99% of chlorine vapor in a single pass. The scrubber system shall consist of one horizontal spray section, followed by two horizontal crossflow packed bed systems. The spray section shall consist of several spray nozzles designed to produce the required caustic flow rate and drop size. Partially treated gases shall pass through a crossflow packed bed section to remove the majority of the remaining chlorine vapors. The packed bed section shall include a spray header to distribute the liquid evenly over the packing section. A final polishing stage shall remove all remaining City of Lubbock, S.A.C. Facilities 11922-6 chlorine vapor to meet the design requirements. The gases shall pass through a high efficiency mist eliminator prior to discharging into the stack. All exposed piping shall be made of FRP. All spray nozzles shall be made of polypropylene. The complete scrubber section shall be an integral part of the caustic storage tank. The overall system size, including the caustic tank, pumps, fan, controls shall be as shown on the contract drawings. Access manways shall be provided to allow access to the scrubber internals. B. Caustic Storage Tank_ 1. The caustic storage tank shall be an integral part of the scrubber system. The tank shall be capable of 20 percent overage of caustic soda in addition to scrubbing 23501bs of chlorine,.with caustic solution concentration of 15% sodiumhydroxide solution. 2. The storage tank shall be combined with the absorber box into a single rectangular vessel to fit in the area shown on the drawings. 3. All connections shall be fabricated of the same material as the tank wall and shall have the same inner corrosion barrier as the tank wall. All flanged connections shall be gusseted to the tank wall with 1/4-inch thick flat plate gussets. 4. The vessel shall be provided with a sight level gage that will give a visual level indication from a point 3 inches above the bottom to a point 3 inches below the absorber section of the vessel. The gage shall be 3/4-inch clear PVC. The gage shall be provided with shutoff ball valves. 5. Provide outlet sample port with 1/2 inch diameter sample cock with PVC ball valves. C. Caustic Recirculation Pump- i . Two pumps shall be provided for each scrubber system. Pumps shall be a seal -less single stage centrifugal vertical sump pump. No seal water shall be required. -- Pump design shall feature open impeller in the submerged casing. The pump shall be direct drive via a "c" face motor mounted on a cast iron pedestal sitting on a complete monitoring plate. -- 2. The pumps shall delivery 550 gpm of 15% sodium hydroxide solution. 3. The casing and impeller shall be molded from the same premium grade vinyl ester resin. All exposed metal components and fasteners shall be Hastelloy C. 4. Pump shafts shall be machined from centerless ground 316SS, encapsulated with premium vinyl ester resin mechanically locked to the shaft. As an option, shaft may be manufactured from precision ground Hastelloy C. 5. , Shaft bearings shall be made from chemically resistant silicon carbide. The thrust bearing shall be independent from the motor, located above the mounting plate. 6. The shaft bearing shall be lubricated from process fluid (submerged). No external flush seal water shall be required. 7. The motors shall be "c" face, and operate in a 220V supply, and TEFC motor manufactured in the United States. Motors larger than 20 HP shall require reduced voltage starter. City of Lubbock, S.A.C. Facilities r, G, 11922 - 7 8. The pumps shall be a Fybroc"Series 5500, Warren 3401W-CL, or equal. The pumps shall be provided with a PVC check valve at the discharge. 9. Provide a list of spare parts and furnish each part as listed with each pump package. D. Exhaust Fan: �- Fan shall be fiberglass reinforced plastic, centrifugal type with radial blade, industrial fiberglass fan. Fan wheel shall be statically and dynamically balanced. Fiberglass construction shall conform to PS 15-69 product standards. Fan resin shall be suitable �• for exposure to the specific service conditions. Fan housing shall be constructed of fiberglass and reinforced with rigid bracing to increase structural integrity. Bearing support brackets shall be positioned to directly oppose belt tension forces. Fan housing shall be a curved scroll design with a 1-inch NPT drain connection at the bottom of the fan scroll. Fan outlets shall have flanged nozzles. Fan shaft shall be epoxy coated steel. Fan shall have self -aligning grease -packed bearings, with neoprene shaft seals and OSHA approved weatherproof motor/drive cover. The fan shall be i designed for following specifications: Air Flow Rate: 3,000 acfm SY up to scrubber inlet: 2.0 in WC Pressure Drop through Scrubber: 3.5 in WC r Motor HP: 5.0 HP r., The fan shall have a 3-phase, 60 Hz, 230, TEFC, 1,800 rpm motor with a 1.15 service factor. The fan shall be New York Blower GFE-18, Hartzell or equal. The fan shall have an AMCA seal. E. FRP Recycle Piping: 1. Fiberglass Pipe: Pipe shall be manufactured by the centrifugal casting process. In accordance with ASTM D-2310, RTRP, Type I, Grade 2, Class E. The pipe and fittings shall be made using the same type polyester resin and be suitable for at least 150 psi at 180T. The wall thicknesses and sizes are as follows: 1" - 0.160" 6" - 0.300 1-1/2" - 0.250" 8" - 0.300 .2" - 0.250" 10" - 0.300 3" - 0.250" 12" - 0.300 4" - 0.250" 14" - 0.330 FRP pipe shall be Ershigs, Fiberast, A.O. Smith or approved equal. 2. All exposed caustic recirculation piping shall be FRP, unless the recirculation line pressure is greater than 40 psig. In that case, the piping shall be Halar lined SCH 80 steel pipe. City of Lubbock, S.A.C. Facilities r■ r� 11922 - 8 3. The piping shall include a pressure gauge with diaphragm, and a sample line with shut off valve. F. Motor Starter/Transformer: Provide local control panel with 230V to 110V voltage transformer and motor starter for fan and pumps. A single 230 V, 3 phase power supply shall be provided to the local control panel. Motors with 3,600 rpm and/or pump discharge pressures in excess of 40 psig will incorporate a reduced voltage starter. G. Unitary Construction: The complete scrubber system, including scrubber, recirculation pump, fan, piping and controls shall be constructed to be a single piece of unitary construction. All components shall be assembled on a single steel or FRP base. The complete system shall be factory tested with water and shipped as a single piece to the job site. 2.3 SYSTEM ACTIVATION A. The Emergency Chlorine Scrubber shall operate manually in response to hand switches or automatically in response to contact closures at remote leak detectors. The system shall normally remain in automatic mode for standby conditions. System response for manual and automatic modes is described below. 1. Manual Control The control system shall provide for manual control of the following items: • System Start • System Stop • Scrubber Exhaust Fan • Caustic Recirculation Pump(s) Manual control shall be enabled by turning a HAND -OFF -AUTO switch for the respective piece of equipment to the HAND setting. The selected device shall start, and a pilot light will energize to denote that it is operating. The scrubber system shall be able to be started manually if desired by turning a "START" switch. The scrubber shall function the same as during automatic mode if the scrubber is. started in this manner. B. Automatic Control The control system shall provide for automatic control of the scrubber such that when the HAND -OFF -AUTO switches noted above are set to AUTO, the scrubber system shall operate automatically based a signal from a Chlorine Detector in the chlorine storage area. City of Lubbock, S.A.C. Facilities i 11922 - 9 When the Local Control Panel receives a start signal from the chlorine detector, the caustic recirculation pump and fan shall start, and the solenoid valve for the Flo pump flush seal shall open. Status lights shall energize to indicate that the fan and pump are operating. 2.4 CONTROL PANEL A. The scrubber system shall be furnished with a scrubber -mounted Local Control Panel with a non-metallic NEMA 4X enclosure to house the required controls. The control panel shall include the following switches and lights: • System HAND -OFF -AUTO Switch • System "READY' Status Light [Red] • Fan HAND -OFF -AUTO Switch • Fan "Run" Light [Red] Pumps HAND -OFF -AUTO Switch i Pumps "Run" Lights(s) [Red] • Fan "Fail' Light [Amber] • Pumps "Fail' Light [Amber] • Caustic "Low Level' [Amber] • A low level switch for caustic storage shall indicate an alarm light and audible alarm. A reset button shall be provided to silence the alarm. • Automatic switch over controls when one pump fails. The control panel shall include 480V to 110V transformer, motor starters for fan and pumps. ,., 2.5 FRP FABRICATION SPECIFICATIONS FOR SCRUBBER AND DUCTWORK: A. GENERAL Each scrubber shall be a Fiberglass Reinforced Plastic (FRP) vessel. All materials and fabrications furnished in accordance with this specifications shall comply with all federal, state and local ordinances of the place of installation and with the following code and standards: PS 15-69:National Bureau of standards Voluntary Product Standard "Custom contact molded Reinforced Polyester Chemical Resistant Process Equipment". ASTM D-883: "Definition of Terms Relating to Plastics" ASTM D-2583: "Test for Indentation Hardness of Rigid Plastics by Means of Barcol Impressor." ASTM D-2563: "Recommended Practice for Classifying Visual Defects in Glass Reinforced Plastic Laminate Parts." ASTM D-4097-82: "Standard Specifications for Contact Molded Glass Fiber t^ Reinforced Thermoset Resin Chemical Resistant Tanks." B. DESIGN CRITERIA Scrubber absorber vessel shall conform to the following structural design criteria: Working Pressure: City of Lubbock, S.A.C. Facilities 1 7 11922 - 10 Scrubber Portion: 6" WC vacuum Caustic Storage: Hydrostatic load of sp. ,gravity = 1.2 Wind Load: 100 mph Live Load: 200 lb/sq.ft The ductwork shall be designed for 6" we vacuum and 15" positive pressure. 1. ' Material of Constructions The scrubber absorber vessel and accessories shall be contact molded manufactured in accordance with NBS PS 15-69 and ASTM D 4097 for contact molding, and ASTM 3299 for filament winding. Any visual defects shall not exceed ASTM D-2563 Table 1. , 2. Resin used in fabrication shall be a premium vinyl ester type such as Hetron 922 by Ashland Chemicals, Derakane 411 by Dow Chemical or approved equal. The resin shall be reinforced with an inner veil of a suitable synthetic organic fiber such as Nexus 1012. 3. Reinforcement: Glass fiber reinforcement used shall be commercial grade corrosion resistance borosilicate glass. All glass fiber reinforcement shall be Type C, chemical grade, Type E electrical grade. Surfacing veil shall be 10 mil Nexus 1012 or equal.. Mat shall be Type "E" (electrical grade) glass, 1 1/2 oz. per sq. ft with a nominal fiber length of 1.25 + 0.25 inches, with a silane finish and styrene soluble binder. Continuous glass roving, used in chopper gun spray -up applications shall be type "E" grade with chrome or silane coupling agent. Woven roving used for reinforcement shall be 24 oz. per sq. yard type "E" glass and have a 5 x 4 plain weave. 4. Miscellaneous: a. Stainless Steel: Unless otherwise specified, all fasteners, and metal attachments, such as anchors, brackets etc shall be ANSI 316SS. b. Gaskets: Unless otherwise specified, all gaskets shall be EPDM. C. FABRICATION 1. General: Fabrication shall be in accordance with NBS PS 15-69, ASTM D 3299 and ASTM D-4097. All non molded surfaces shall be coated with resin incorporating paraffin to facilitate a full cure of the surface. All cut edges, bolt holes, secondary bonds shall be sealed with a resin coat prior to the final paraffinated resin coat. All voids to be filled with a resin paste. 2. Corrosion Liner: The inner surface of all laminates shall be resin rich and reinforced with one NEXUS 1012 with a minimum thickness of 10 mils. The interior corrosion layer shall consists of two layers of 1 1/2 oz. per sq. ft. chopped strand mat. If the application is by chopper gun spray up the glass fiber shall be 1/2 to 2 in length. The total corrosion liner thickness shall be a minimum of 100 mils and have a resin to glass ratio of 80/20. All edges of reinforcement to be lapped a minimum of one inch. City of Lubbock, S.A.C. Facilities i a i 11922 - 11 3. Structural Laminate: Structural laminates shall consist of alternating layers ers of 1-1/2 oz per sq. ft mat or chopped glass and 24 oz per sq. yard woven roving applied to reach a designed thickness. Actual laminate sequences shall be per the laminate tables shown on fabrication drawings. The exterior surface shall be relatively �. smooth and shall have no glass fibers exposed. The exterior shall be surface 1. coated with white gel coat containing ultra violet light inhibitors. D. ACCESSORIES: headers, baffles, 1. Air inlet, air outlet, pump suction connection, spray packing support, drain, level connection, access for mist eliminator and all connections shown on the drawings shall be provided by the manufacturer. Tie down lugs shall be integrally molded into the walls of the sump. Anchor bolts shall be 316SS and designed for the specified loads. All flanges six inches in diameter or smaller shall be reinforced with plate or conical gussets. Flanges for liquid service shall be ANSI std B 16.9 and air connections shall be duct flanges per PS 15-69 Table 2. Access flanges for manways, mist eliminator, and packing access flanges shall be air tight to the pressure equal to or higher than the corresponding fan static pressure and shall be water tight. Interior fasteners shall be of corrosion resistance materials such as PVC or FRP. E. ACCEPTANCE: 1. The engineer, owner or their designated representative shall be allowed access to the equipment during and after fabrication for the purpose of verifying compliance to the contract specifications. The engineer's inspection is not intended to replace the fabricator's own quality assurance procedure. As a minimum, the following criteria shall be met: a. Caustic storage tank shall be single piece molded construction with no ., vertical shell joints. Bottom knuckle shall have a minimum one and one-half inch radius. Construction of FRP with pre -fabricated composite sheets shall not be acceptable. r b. All laminates including corrosion barrier, structural wall interior baffles and all secondary laminates shall be fabricated using the same resin (i.e. Hetron 922 or equal). C. Manufacturer shall submit structural calculations for the fiberglass design signed and stamped by a registered professional engineer with a minimum of 7 years experience in fiberglass structural design. d. The corrosion barrier shall not be included as part of the calculated wall thickness. e. Calculated wall thicknesses shall be considered minimum thickness. f. Any fiberglass grating used as part of the system shall be molded -type using premium vinyl ester resin. g. Inspection Requirements: ]� 1. Visual defects shall not exceed ASTM D-02563 Table 1. ! 2. Barcol hardness in accordance with ASTM D-2583 City of Lubbock, S.A.C. Facilities r 1 11922 - 12 3. Acetone sensitivity test 4. Listing of all dimensional checks for fitting locations. 5. All cut outs to be marked for location, saved and turned over to the _ owner with the system. 6. Cut outs to be checked to verify barrier and structural wall thickness." PART 3 - EXECUTION 3.1 FACTORY TESTING — A. The complete scrubber system, pump, fan, controls shall be assembled and piped at the factory and operated for a minimum of four (4) hours with water prior to shipment to job site. 3.2 MANUFACTURER'S REPRESENTATIVE, OPERATION AND MAINTENANCE MANUALS, AND TESTING A. The services of a factory representative shall be provided as 'specified in 1.4 to insure proper installation and start-up of the scrubber system. B. Operation and Maintenance manuals shall be submitted to the Owner prior to final acceptance of the equipment. C. Upon completion of installation of the scrubber system, the Contractor shall be responsible for performing an acceptance test to verify the satisfactory operation of the system and the design performance requirements of the specification. As a minimum the test shall include but not be limited to the following: 1. The test shall be witnessed by the Owner. 2. Air flow, pressure, and motor amperage shall be measured and recorded. 3. Caustic storage tank shall be leak tested prior to filling with caustic. 4. System component operation shall be tested by energizing chlorine leak detector. 3.3 WARRANTY A. Contractor shall warrantee the whole system, both in material and workmanship, for a -` period of one year from the day of final acceptance, or the time the system is put for beneficial occupancy, whichever occurs first. 3.4 IDENTIFICATION A. The caustic tank shall be identified with the health, flammability and reactivity of hazardous materials as required by codes. END OF SECTION City of Lubbock, S.A.C. Facilities SECTION 13 INSTRUMENTATION 13440 - 1 r SECTION 13440 INSTRUMENTATION FOR PROCESS CONTROL: GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDE A. General requirements for complete instrumentation system for process control. 1.2 RELATED SECTIONS A. Section 01300: Submittals. B. Section 10400: Identification, Stenciling, and Tagging Systems. C. Division 1600: Electrical. 1.3 REFERENCES A. American Society of Mechanical Engineer (ASME): 1. B31.1, Power Piping. f" 2. SEC II -A SA-182, Specification for Forged or Rolled Alloy Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High -Temperature. 3. SEC II -A SA479, Specification for Stainless and Heat -Resisting Steel Bars and Shapes for Use in Boilers and Other Pressure Vessels. B. American Society for Testing and Materials (ASTM): 1. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. 2. A276, Specification for Stainless and Heat -Resisting Steel Bars and Shapes. 3. A479, Standard. Specification for Stainless and Heat -Resisting Steel Bars and Shapes for use in Boilers and other Pressure Vessels. 4. B 16, Standard Specification for Free -Cutting Brass Rod, Bar and Shapes for Use in Screw Machines. 5. BS8, Standard Specification for Seamless Copper Tube, Bright Annealed. 6. B75, Standard Specification for Seamless Copper Tube. 7. B 124, Standard Specification for Copper and Copper -Alloy Forging Rod, Bar, and Shapes. 8. B283, Standard Specification for Copper and Copper -Alloy Die Forgings (Hot -Pressed). 9. B453, Standard Specification for Copper -Zinc -Lead Alloy (Leaded -Brass) Rod. *. City of Lubbock, S.A.C. Facilities i 13440 - 2 C. Institute of Electrical and Electronics Engineers (IEEE): a. C37.90.1, Standard Surge Withstand Capability (SWC) Tests for Protective Relays and Relay Systems. D. Instrument Society of America (ISA): a. SS.1, Instrumentation Symbols and Identification. b. S5.2, Binary Logic Diagrams for Process Operations. C. S5.3, Graphic Symbols for Distributed Control/Share Display Instrumentation, Logic and Computer Systems. d. S5.4, Standard Instrument Loop Diagrams. e. S20, Specification Forms for Process Measurement.and Control Instruments, Primary Elements and Control Valves. f. RP7.1-56, Pneumatic Control Circuit Pressure Test. E. National Bureau of Standards (NBS). 1.4 CONTRACTOR'S QUALIFICATION A. Instrumentation subcontractor: 1. Financial capability. 2. Maintain a qualified technical staff. 3. Have design capability. 4 Have a physical plant and fabricating personnel. 5. Have competent service, startup, and authorized training personnel. 6. Experience: 1) ; Provide a list of references of five projects of similar size and functional magnitude which the instrumentation subcontractor has performed. Include name and telephone numbers of most knowledgeable Owner's Representative. 2) Has successfully provided similar work for at least 5 years. B. Contractor to provide factory trainning on entire system. Trainer's must be factory's representative and have been approved by Owner's Representative. C. Contractor to furnish any calibration equipment for any Instrument to maintain system. 1.5 DEFINITIONS A. Instrument Air Header: The segment of air supply piping and tubing which transports air from the compressed instrument air source through the branch isolation valve of any takeoff (branch) line. B. Branch Line: The segment of air supply piping and tubing which transports air from the outlet of the air header branch isolation valve through an air user's isolation valve. City of Lubbock, S.A.C. Facilities I 13440 - 3 r C. Calibrate: To standardize a device so that it provides a specified response to known inputs. 1.6 SYSTEM DESCRIPTION A. General: 1. This Specification Section 13440 provides the general requirements for the instrument. 2. The instrument consists of all chlorinators, transmitters, wiring and conduit, switches, recorders, indicators, (signal converters, boosters, and amplifiers when necessary), special power supplies, special or shielded cable, special grounding or isolation, auxiliaries, software, wiring, Programmable Logic Controllers (PLC), and other devices as specified in the Contract Documents. I B. Instrumentation Requirements: Design and install instrumentation wiring and equipments to meet the following �- requirements: i. The high and low flow meter shall transmit a 4 -20 mA signal to the chlorinators, and second signal to circular chart recorders in the control room. ii. Design the appropriate wiring according to the manufacturer's recommendation, local codes and national electric codes, for each of the following equipment to transmit a 4-20 mA signal from the following equipment to the each individual circular chart recorder to be installed on the wall of the control room in the existing warehouse: a. Flowmeter readings in million gallons per day (MGD). b. Chlorinator usage or consumption in lbs per day. C. Ammonia usage in lbs per day. iii. Design the appropriate wiring according to the manufacturer's recommendation, local codes and national electric codes, for each of the following equipment to transmit a 4-20 mA signal from the following equipment to the each individual indicator to be installed on the wall of the control room in the existing warehouse: a. Total chlorine from the chlorine residual analyser from the 42 inch line. b. Total chlorine from the chlorine residual analyser from the tank. C. Chlorine Gas Detector for chlorine leaks at Chlorinator Room. d. Chlorine Gas Detector for chlorine leaks at Chlorine Scale Room. e. Chlorine Gas Detector for chlorine leaks at Chlorine Storage Area. f. Chlorine Gas Detector for chlorine leaks at Electric Room. g. Ammonia gas detector for ammonia leak at the Ammonia Building. h. Ammonia gas detector for ammonia leak at the Ammonia Storage Area. i. Chlorine Scale to indicate the weight of the cylinder in lbs. j. Automatic switch over unit in the Chlorine Scale Room to indicate that a switch over has occured. �.• City of Lubbock, S.A.C. Facilities { 13440 - 4 iv. In the event a leak is detected in the Chlorinator Room the chlorine detector shall: a. send a signal to the indicator in the Control Room and one to close the motorized ball valves. V. In the event a leak is detected in the Chlorine Scale Room, the chlorine detector shall send separte signals to the following locations: a. the indicator in the Control Room. b. to close the motorized ball valves connected to auxillary ton containers. C. to switch on the electric fan. d. to activate the scrubber system. vi. In the event of a leak detected in the ammonia room/building, a signal shall be sent to: a. the indicator in the Control Room. b. to switch on the electric exhaust fan. C. All the instruments listed below shall be connected to a recorder or indicator in the Control Room and shall be wall mounted on the west wall. Contractor shall furnish and install the labelled instrumentation wiring and conduit from the instrumentation origin to the Control Room according to the manufacturer's recommendation. Instrument Origin 1. 4,000 gallon ammonia tank pressure gauge 2. Ammonia System PLC - ammonia consumption 3. Ammonia gas detector 4. High/low Pressure ammonia release valve 5. Chlorine usage from chlorinators in chlorinator room 6. 1-ton chlorine weighing scales readout from Chlorine Storage Room 7. Chlorine detector signal 8. High/low pressure chlorine gas line 9. Total chlorine residual analyser 10. Flow meter reading 11. Reservoir Level Recorder or Indicator Indicator, I-1 Recorder, R-1, with 1 pen, 1 digital input with totalizer Indicator I-2 & PLC Indicator I-3 & PLC Recorder, R-2, with 3 pen with totalizer Recorder, R-3 with 2 pen, 2 digital input Indicator, I-4, PLC Indicator, I-5 Recorder, R-4 with 2 pen Recorder, R-5 with 2 pen and totalizer Indicator, I-6 D. The Contractor shall furnish and install the instrumentation wiring and conduit to connect the Flowmeters, FM-1 and FM-2, to Chlorine System PLC, C-PLC, located in the electrical room Chlorine Building. 1. FM-1, Low Flow Meter which measure flows range from 1 MGD to 10 MGD. City of Lubbock, S.A:C. Facilities 13440 - 5 2. FM-2, High Flow Meter which measure flows range from 5 MGD to 50 MGD. E. The Contractor shall furnish and install the control wiring and conduit from the PLC to the Chlorinators. i^ F. The Contractor shall furnish and install the instrumentation wiring and conduit to connect the Flowmeters, FM-1 and FM-2, to Ammonia System PLC, A -PLC, located in the electrical room of the Ammonia Building. 3 1. FM-1, Low Flow Meter which measure flows range from 1 MGD to 10 MGD. 2. FM-2, High Flow Meter which measure flows range from 5 MGD to 50 MGD. G. The Contractor shall furnish and install the control wiring and conduit from the PLC to the motorized ball valves on the rotameters. H. Unless otherwise required for instrument compatibility, electric control signals shall be 4 to 20 milliampere, 24 V direct current. I. All signals shall be directly linearly proportional to measured variable unless specifically noted otherwise. J. Single Instrumentation Subcontractor: 1. Furnish and coordinate instrumentation system through a single instrumentation subcontractor. The instrumentation subcontractor will be responsible for functional operations of all systems, performance of control system engineering, supervision of installation, final connections, calibrations, preparation of drawings and operation and maintenance manuals, startup, training, demonstration of substantial completion and all other aspects of the control system. 1.7 SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Single submittal containing: 1) Loop diagram per ISA S5.4. a) Each loop diagram and description on a separate 8-1/2 x 11 IN sheet. b) Each sheet shall contain the following minimum information. (1) All loop devices clearly identified. (2) Identification of the loop and each loop component, including connections to such things as recorders and r t .. City of Lubbock, S.A.C. Facilities 13440 - 6 PLC's or RTU's. Numbering and tagging must agree with the MID. (3) Word description of loop functions. (4) All interconnections with identifying numbers for: (a) Electrical cables. (b) Conductor pairs. , (c) Pneumatic or hydraulic tubing. (5) Identification of connections including: (a) Junction boxes. (b) Terminals. (c) Bulkheads. (d) Ports. (e) Computer input/output connections. (f) Grounding systems. (6) Signal levels and ranges. (7) Device location. (8) Energy sources designating voltage, pressure, and other applicable requirements. (9) Enough process lines and equipment to clearly show the process side of the loop and provide clarity of control action. This includes: (a) What is being measured. (b) What is being controlled. (c) Other information required to complete the process loop. (10) Reference to supplementary records and drawings to show inter -relation to other control loops. (11) Controller action. (12) Control valve action upon electronic or pneumatic failure. 2) Instrument component technical brochures. 3) Instrument data sheets: a) ISA S20 or approved equal. b) Separate data sheet for each type of instrument. 4) Process connected instrument installation details containing the following minimum information: a) Bill of materials providing as a minimum the following information: (1) Tube material and size. (2) Connection size. (3) Fitting size, material, and rating. (4) Valve type and material. (5) Instrument description. (6) Pipe stand size and material. b) Tube slope requirements. c) Minimum clearances. City of Lubbock, S.A.C. Facilities FOR I 13440 - 7 d) Required elevations and dimensions. 5) Comprehensive set of point-to-point wiring diagrams showing all interconnections between packaged systems or equipment control panels, motor control centers, instrumentation and all other electrical equipment as required to depict a complete and functional plant -wide electrical control system. Instrumentation wiring already shown on loop diagrams need not be included on point-to-point wiring diagrams. a) Diagrams shall provide the following minimum information: (1) Terminal block identification (includes terminals on remote equipment furnished by Others). (2) Wire size. (3) Wire type. (4) Wire color. (5) Wire shielding and insulation type. (6) Conductor quantities and associated conduit size. (7) Ground points. (8) Interconnection requirements to existing systems or equipment furnished by Others. b) Diagrams shall be provided on Drawings of sufficient size so as to minimize the number of drawings. (1) Maximum drawing size: 24 x 36 IN. (2) Minimum drawing size: 11 x 17 IN. 6) Electrical schematic control diagrams. Diagrams shall include: a) Terminal identification. b) Unique identification of all control devices and contacts. (1) Utilize Owner's device identification numbers where applicable. c) Wire identification. d) Equipment identification. e) Indication of remote and local devices and wiring. f) Overcurrent protection indication. g) Voltage. h) All control logic. 7) Panel fabrication drawings. 8) Scaled floor plan layouts of control room. 9) PLC/DCS equipment drawings. 10) Nameplate layout drawings. 3. Drawings, systems, and other elements are represented schematically in accordance with ISA S5.1 and S5.3. The nomenclature, tag numbers, equipment numbers, panel numbers, and related series identification contained in the Contract Documents shall be employed exclusively throughout submittals. 4. Provide circuit diagrams and certification with the shop drawing indicating how voltage transient protection requirements are met. 5. Warranties: Provide copies of warranties and list of factory authorized service editors. r City of Lubbock, S.A.C. Facilities 13440-8 6. Testing reports: a. Source quality control reports. B. Operation and Maintenance Manuals: 1. 4 sets of operation and maintenance manuals along with spare parts list. 2. Furnish all necessary Instruments necessary for maintenance and or calibration. 1.8 DELIVERY, STORAGE, AND HANDLING A. Do not remove shipping blocks, plugs, caps, and desiccant dryers installed to protect the instrumentation during shipment until the instruments are installed and permanent connections are made. PART 2-PRODUCTS 2.1 TUBING AND FITTINGS A. Acceptable Manufacturers: 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tube fittings: 1) Parker CPI. 2) Swagelok. B. Submit requests for substitution in accordance with Specification Section 01600. C. Instrument Process Tubing: 1. Material: ASTM A269, Grade TP 316 stainless steel. 2. Design and fabrication: a. Seamless. b. Fully annealed. C. Maximum hardness: 80 Rb. d. Free from surface scratches and imperfections. e. Diameter: 1/2 IN OD unless specified otherwise. f. Wall thickness: 1) Meet requirements of paragraph 122.3 of ASME B31.1. 2) Minimum 0.049 IN for 1/2 IN OD tubing. D. Instrument Process Fittings: 1. Material: a. Straight fittings: 316 stainless steel per ASME SA-479 or ASTM A276. b. Shaped bodies: ASME SA-182 F316 stainless steel 2. Design and fabrication: _ a. Flareless. b. Compression type. _ City of Lubbock, S.A.-C. Facilities 13440 - 9 r 2.2 INSTRUMENT VALVES A. Process instrument multi -valve manifolds, isolation, vent and blow -down valves: 1. Acceptable manufacturers: a. Subject to compliance with the Contract Documents, the following rManufacturers are acceptable: 1) Whitey Co. 2) Anderson -Greenwood USA, Inc. b. Submit requests for substitution in accordance with Specification Section 01640. 2. Materials: a. Packing: 1) 450 DegF and above: Graphite. r. 2) Below 450 DegF: Graphite or teflon. b. Body: 316 stainless steel per ASTM A479. C. Stem: 316 stainless steel per ASTM A276. d. Ball: 316 stainless steel per ASTM A276. e. Support rings: 316 stainless steel per ASTM A276. f. Seats: 1) Metal: t „ a) 316 stainless steel per ASTM A276. 2) Soft: a) Teflon, Delrin, or equivalent. b) Only utilized on applications where manufacturer's temperature and pressure ratings exceed process design conditions. r" 3. Design and fabrication: a. Either of the following: 1) Ball valve with 1 /4 turn activation. r2) Free -swiveling ball stem. b. Provide body wall thickness sufficient for process design conditions per ASME B31.1. C. Temperature: Manufacturer's temperature rating for all components shall exceed process design conditions. 2.3 MATERIALS A. Support Angle for Tubing: L 2 x 2 IN x 12 GA ammonium or galvanized finish steel 2. Aluminum or galvanized steel bolts, nuts, and accessories. B. Tubing Tray or Channel: Aluminum. 2.4 PERFORMANCE AND DESIGN REQUIREMENTS A. System Operating Criteria: r. City of Lubbock, S.A.C. Facilities 13440 - 10 1. Stability: After controls have taken corrective action,as result of a change in the controlled variable or a change in setpoint, oscillation of final control element shall not exceed two cycles per minute or a magnitude of movement of 0.5 percent full travel. 2. Response: Any change in setpoint or change in controlled variable shall produce a corresponding corrective change in position of final control element and become stabilized within 30 seconds. 3. Agreement: Setpoint indication of controlled variable and measured indication of controlled variable shall agree within 3 percent of full scale over a 6:1 operating range. 4. Repeatability: For any repeated magnitude of control signal, from either an increasing or decreasing direction, the final control element shall take a repeated position within 0.5 percent of full travel regardless of force required to position final element. 5. Sensitivity: Controls shall respond to setpoint deviations and measured variable deviations within 1.0 percent of full scale. 6. Performance: All instruments and control devices shall perform in accordance with manufacturer's specifications. B. Equipment Surge Protection: 1. Provide electronic equipment to withstand without damage a power line transient of 2500 V peak with waveshapes as required by the oscillatory and fast transient tests of IEEE C37.90.1. 2. Provide electronic equipment to withstand without damage a signal line transient of 1000 V peak with a 10 x 560 microsecond waveshape. 2.5 ACCESSORIES A. Provide instruments with manufacturer's identification nameplate showing: 1. Manufacturer's model number. 2. Manufacturer's serial number. 3. Range. 4. Power supply requirement. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. ` B. Install instrument mounting pipe stands level and plumb. C. Instrument Valves: 1. Orient stems for proper operation. City of Lubbock, S.A.C. Facilities y- 13440 - 11 r 2. Install arrays orderly and neat in appearance with true horizontal and vertical lines. 3. Provide a minimum of 2 IN clearance between valve handle turning radii where there are multiple valve handles appearing in a straight line. 4 4. Valves shall have bonnets and any soft seals removed during welding or soldering into the line. When cool, reassemble the valves. 5. Support each valve individually. The tubing system does not qualify as support for the valve. D. Locate instrument piping and tubing so as to be free of vibration and interference with other piping, conduit, or equipment. E. Keep foreign matter out of the system. F. Remove all oil on piping and tubing with solvent before piping and tubing installation. G. Plug all open ends and connections to keep out contaminants. t H. Tubing Installation: 1. General: a. Install such that tube shows no sign of crumpling, bends of too short a radius, or flattening, etc. b. Make tube runs straight and parallel or perpendicular to the floor, equipment r" and piping runs. C. For liquid and steam applications, slope continuously from the process to the instrument with a minimum slope of 050 IN per foot. d. For gas and air applications, slope continuously from the instrument to the process with a minimum slope of 0.50 IN per foot. e. If the sensing line cannot be continuously sloped, install high point vents and low point drains. f. Keep instrument tubing clean during all phases of work. r. g. Blow out with clean, dry, oil -free air immediately before final assembly. 2. Stainless steel tubing: a. Cut by sawing only and debur. b. C. Make each bend with tube bender of the correct size for the tube. Make all bends smooth and continuous. d. Rebending is not permitted. e. Make bends true to angle and radius. f. Maintain a true circular cross section of tubing without buckling or undue stretch of tube wall. g. Allowable tolerance for flattening out of tubing bends: Maximum of 8 percent of the OD for stainless steel tubing. h. Minimum bending radius. r City of Lubbock, SAC. Facilities 13440 - 12 3. 4. 5. MINIMUM BENDING TUBE OD INCHES RADIUS, INCHES 1/4 9/16 3/8 15/16 1/2 1-1/2 Tubing support: a Intermittently support by clamping to support angle. b. Install supports to be self -draining, supported by hangers, or cantilevered from walls or structural beams. C. Support at 5 FT-0 IN maximum spans for horizontal or vertical runs. d. Use tubing trays in areas where spans between supports are greater than 5 fT and for all signal tubing support. e. Support each tubing tray at 10 FT maximum spans. f. Align tubing in orderly rows and retain in the tray by bolted clips. The use of spring or speed clips is not acceptable. g. Maintain order of the tubing throughout the length of the tray. h. Locate angle, channel and tray installation to protect tubing from spills and mechanical damage. i. Locate support members to clear all piping, conduit, equipment, hatchways, monorails, and personnel access ways and allow access for equipment operation and maintenance. j. Support trays to prevent torsion, sway or sag. k. Permanently attach supports to building steel or other permanent structural members. 1. Arrange supports and trays so that they do not become a trough or trap. Routing and orientation: a. Route to maintain a minimum headroom clearance of 8 FT. b. Locate and orient valves and specialties so that they are accessible for operation and maintenance from the operating floor. Do not route through or over equipment removal areas, below monorails or cranes nor above or below hatches. Expansion and vibration provisions: a. Provide horizontal expansion loops at the process connections. b. Route tubing parallel to relative motion through sleeved supports that allow linear tube movement. c: Cold springing of tubing to compensate for thermal expansion is prohibited. d. Utilize flexible hoses to connect pneumatic tubing to air users which may move or vibrate. I. Threaded Connection Seals: 1. Use Tite-Seal or acceptable alternate. 2. Use of lead base pipe dope or teflon tape is not acceptable. 3. Do not apply Tite-Seal to tubing threads of compression fittings. City of Lubbock, S.A.C. Facilities 13440 - 13 J. Use bottom entry for all conduit entry to instruments and junction boxes. K. Install electrical components, conduits, boxes and wiring per Division 16. L. Instrument Mounting: r- 1. Mount all instruments where they will be accessible from fixed ladders, platforms, or grade. 2. Mount all local indicating instruments with face forward toward the normal 3. operating area, within reading distance, and in the line of sight. Mount instruments level, plumb, and support rigidly. 4. Mount to provide: a. Protection from heat, shock, and vibrations. b. Accessibility for maintenance. C. Freedom from interference with piping, conduit and equipment. 5. Do not mount current -to -pressure transducers on the control valves unless the transducers are received from the Manufacturer already valve mounted and tubed, or specific instructions to valve mount the transducers are given on the Drawings. M. Connect surge arresters to ground. N. Panel -Mounted Instruments: 1. Mount and wire so removal or replacement may be accomplished without interruption of service to adjacent devices. 2. Locate all devices mounted inside enclosures so terminals and adjustment devices are readily accessible without use of special tools and with terminal markings clearly visible. 3.2 FIELD QUALITY CONTROL A. See Section 01650. B. Maintain accurate daily log of all startup activities, calibration functions, and final setpoint adjustments. C. In the event that instrument air is not available during calibration and testing, supply either filtered, dry, instrument quality air from a portable compressor or bottled, dry, instrument quality air. Do not, under any circumstances, apply hydrostatic test to any part of the air supply system or pneumatic control system. D. Instrumentation Calibration: 1. Verify that all instruments and control devices are calibrated to provide the performance required by the Contract Documents. r- r. City of Lubbock, S.A.C. Facilities 13440 - 14 2. Calibrate all field -mounted instruments, other than local pressure and temperature gages, after the device is mounted in place to assure proper installed operation. 3. Calibrate in accordance with the manufacturer's specifications. 4. Bench calibrate pressure and temperature gages. Field mount gage within 1 day of calibration. 5. Calibrate each transmitter and gage across its specified range at 0, 25, 50, 75, and 100 percent. Check for both increasing and decreasing input signals to detect hysteresis. 6. Many instruments contain small supply pressure gages or output pressure gages. Calibration of these gages will not be required if they are smaller than 3 IN in diameter. 7. Replace any instrument which cannot be properly adjusted. 8. Stroke control valves with clean dry air to verify control action, positioner settings, and solenoid functions. 9. Mark range, date, setpoint and calibrator's initials on each instrument by means of blue or black ink on a waterproof tag affixed to the instrument. 10. Certify calibration equipment by an independent agency with traceability to the National Bureau of Standards immediately prior to utilization of the equipment on this Project. Re -certify calibration equipment if the accuracy of the equipment is questioned by the Engineer. 11. Dead weight calibrate precision test gages and use as secondary calibration standards. Recalibrate precision test gages on a weekly basis or as requested by Engineer. Provide a dead weight tester certified with traceability to the National Bureau of Standards. E. Loop checkout requirements are as follows: 1. Check control signal generation, transmission, reception and response for all control loops under simulated operating conditions by imposing a signal on the loop at the transmitter connections. Use actual signals where available. Closely observe controllers, recorders, alarm and trip units, remote setpoints, ratio systems, and other control components. Make corrections as required. Following any corrections, retest the loop as before. 2. Stroke all control valves, cylinders, drives and connecting linkages from the panel or local control device. 3. Check all interlocks with motor control circuits to the maximum extent possible. 4. In addition to any other as -recorded documents, record all setpoint and calibration changes ,on all affected Contract Documents and turn over to the Owner. F. Provide verification of system assembly, power, ground, and I/O tests. G. Verify existence and measure adequacy of all grounds required for instrumentation and controls. END OF SECTION City of Lubbock, S.A.C. Facilities 13445 - 1 SECTION 13445 f C INDICATOR AND RECORDERS " l: PART 1 - GENERAL 1.1 SECTION INCLUDES A. Small case vertical indicators. 1.2 RELATED SECTIONS A Section 01300 - Submittals. B. Section 11345 - Chlorination Equipment. l C. Section 11346 - Chlorine Vapor Scrubber System for 1-ton application. D. Section 13440 - Instrumentation for Process Control: General Requirements. r„ 1.3 QUALITY ASSURANCE r iy A. Referenced Standards: 1. National Electrical Manufacturers Association (NEMA): �^ a. ICS 6, Enclosures for Industrial Controls and Systems. 1.4 SUBMITTALS A. Shop Drawings: 1. Section 13440 - Instrumentation for Process Control: General Requirements. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. The following manufacturer's are acceptable: 1. Indicators: a. ABB - Model No. C 1912JA0011 STD b. Versa Meter - Model X-V2000AC. 2. Circular chart recorder: 2 pen with 2 digital indicator. a. ABB - Model No. CI912JAOOI ISTD 3. Circular chart recorder: 3 pen with totalizer .� a. ABB - Model No. C 1913 JA0311 STD �' City of Lubbock, S.A.C. Facilities 13445 - 2 b. Chesserll, or approved equal. 4. Pressure Switch: a. ASCO PA16A/RN20B42 B. Submit requests for substitution in accordance with Specification Section 01300. 2.2 INDICATOR A. Indicator: 1. Design and fabrication: a. Capable of receiving signals linearly proportional to process variable indicated. b. Continuous, instantaneous indication of process variable. C. 4.5 digit indicator with custom scaling on display. d. Solderless screw terminal connection. d. 4-20 mA DC input. e. High resolution up to 19999 counts to display process variables. f. Back lit L.C.D. design with a sun shield instead of bright L.E.D. display. B. Circular chart recorder: 1. Design and fabrication: a. Capable of receiving signals linearly proportional to process variable indicated. b. Continuous, instantaneous indication of process variable. C. Universal inputs accepts: Tcs, RTDs, mA, mV and volts. d. 10" Microprocessor Circular Chart Recorder e. 40 character vacuum fluorescent digital display. f. Current usage of 4-20 mA with 250 ohm shunt. g. EEPROM memory ensures total security h. Digital accuracy: 0.2% of operating span. i. 2 channels or inputs. j. The configuration will be digital display and integral keypad. k. Output alarm relays for each channel. 1. Retransmission 4-20 mA output per channel. m. Nema 4 x enclosure n. Derived variable for each channels. o. Onsite chart speeds adjustability. p. pack of 100 charts and additional set of pens for spare parts. q. totalizers when required r. 1, 2, or 3 pen (red, blue and green) writting system when required. S. 2 digital indicators when required. City of Lubbock, S.A.C. Facilities F 13445 - 3 m. l 6 I l I I.. I PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. END OF SECTION City of Lubbock, S.A.C. Facilities r 13500 - 1 r 9 SECTION 13500 FLOWMETERS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Section Includes: 1. Flowmeter. 1.2 RELATED SECTIONS A. Section 13440 - Instrumentation for Process Control: General Requirements. 1.3 QUALITY ASSURANCE A. Referenced Standards: I. American National Standards Institute (ANSI): a. B 16.5, Pipe Flanges and Flanged Fittings. 2. National Electrical Manufacturers Association (NEMA): a. ICS 6, Enclosures for Industrial Controls and Systems. B. Miscellaneous: 1. Assure units comply with electrical classifications and NEMA enclosure types shown on Drawings. 1.4 SYSTEM DESCRIPTION A. The Flowmeter System shall consist of the following: i. Tapping the 42 inch Steel Cylinder Reinforced Concrete (SCRC) Pipe according to the manufacturer's recommendation and providing isolation ball valves for the insertion transducers. ii. The flowmeter, electrical power for the flowmeter and control or flow signal lines. iii. The 6' x 6' concrete vault to house the flowmeter. B. The flowmeter shall be capable of the following function: i Measuring full flow in a 42 inch SCRC Pipe from 1 Million Gallons Per Day (MGD) to 45 MGD. ii. Transmitting a 4-20 mA signal to the Ammonia System PLC and Chlorine System PLC. C. The flowmeter shall have the accuracy and characteristics describe in Part 2 - Products. City of Lubbock, S.A.C. Facilities 13500 - 2 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 13440. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. C. Materials of construction. d. Minimum and maximum flow ranges. e. Pressure loss curves. f. Physical limits of components including temperature and pressure limits. _ g. Size and weight. h. Electrical power requirements and wiring diagrams. 3. Certifications: a. Electrical area classification certification. B. Operation and Maintenance Manuals: See Section 13440. PART 2 - PRODUCTS r- 2.1 FLOWMETER A. The Series 4500 Compu-Sonic is a transit time ultrasonic flow meter as manufactured by Badger Meter, Inc. or approved equal. B. The components of the flow meter shall consist of: 1. Insertion Transducer. 2. Microprocessor based meter with two 6-digit LCD displays for flow rate and totalization flows. 3. Hot Shot Wetted Sensor with isolation valve provided to aasure watertight connection during probe removal. Each saddle will be furnished by 2 safety _ cable. 2.2 MICROPROCESSOR A. Microprocessor based: Advanced single -chip microcomputer chip with 8k bytes of ROM, 512 bytes of EEROM and 256 bytes of RAM. B. Linearity: +/-0.5%. Repeatibility: +/-0.25% Sensitivity: +/-0.005 ft/sec. City of Lubbock, S.A.C. Facilities 13500 - 3 Accuracy: Operating temp: Operating humidity: Power Requirement: Enclosure: 2.3 TRANSDUCER 6 to 45 MGD +/-1 %. 1 to 6 MGD +/-0.06 MGD 0 to 60 degrees C. 5 TO 95% Relative. 12 VDC NEMA 4X A. Operating Temperature: -30 to 80 degrees C. Encapsulation: Abel to withstand continuous submergence or direct burial. Interchangeability: Replacement without affecting meter accuracy. Insertion for pipe walls that will not support ultrasonic transmission. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Where conditions warrant the removal and replacement of a section of the existing pipe, refer to Section 15060 for the installation of pipes. C. For Hot Shot Wetted Sensor, furnish and install two taps and saddles for the flow meter. When the manufacturer do not famish the isolation valve, provide a ball valve as a substitute. D. Install flowmeter in concrete vault according to the `typical flowmeter vault' plans. E. All cost associated with furnishing and installing the flowmeter vault for housing the flowmeter, electrical wiring, control wiring, and conduits shall be part of the cost of the flow meter system. END OF SECTION City of Lubbock, S.A.C. Facilities 13520 - 1 SECTION 13520 FLUORIDE MONITORS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Section Includes: 1. Flouride Monitors. 1.2 RELATED SECTIONS A. Section 01010 - Summary of Work. B. Section 01300 - Submittals. 1.3 SYSTEM DESCRIPTION A. The monitor shall be of the ph/ORP/ISE or other suitable configuration. B. The sensor shall be designed to detect flouride residual in potable water. C. The monitor will be adjustable ranging of at least 0-5 mg/1. D. The monitor will have a 4-20 mA output suitable for SCADA purposes. E. The monitor shall be designed to work with continuous flow by means of a flow cell or other acceptable device. F. The monitor shall have an electrical classification for Division 1 and 2 hazardous locations. G. Materials of the monitor wetted parts shall be constructed of pvc or other acceptable material. H. The monitor shall have a NEMA 4X or equivalent enclosure. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 13440. 2. Product technical data including: City of Lubbock, S.A.C. Facilities 13520-2 a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Certifications: a. Electrical area classification certification. B. Operation and Maintenance Manuals: Provide two copies of the manual. PART 2 - PRODUCTS 2.1 The Fluoride monitor shall be Depolox 3 Analyzer as manufactured by Wallace & Tiernan or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install the fluoride residual meter in the pump buildings at the location indicated on the plans. C. Cut the existing residual water sample main, furnish and install the piping, ball valves, and fittings as shown on the plans. D. Reconnect the new piping to the existing residual water sample main as shown on the plans. E. Furnish and install the control wiring and 1 inch conduit from the residual meter in the pump building to the Control Room. Provide a pulled string for future installation of control wiring. F. Furnish and install a remote read out at the control room to accept a 4-20 mA signal from the residual meter. G. Furnish and install the electrical wiring and conduit for a 120/240 Vac connection from the junction box inside the pump station to the pump. END OF SECTION City of Lubbock, S.A.C. Facilities 13550 - 1 SECTION 13550 PROGRAMMABLE LOGIC CONTROLLERS (PLC'S) PART 1 GENERAL 1.1 SECTION INCLUDES A. PLC Equipment Description. 1.2 RELATED SECTIONS A. Section 11345 - Chlorination Equipment. B. Section 11346 - Ammonia Equipment. 1.3 SUBMITTALS A. Submit under the provisions of Section 01300. B. Copies of documentation instead of the originals are not acceptable. Submit the following original documentation on the product: i. Software including hard copies of programs. ii. Shop Drawings including one line and circuit diagrams. iii. Operation and Maintenance Manuals. iv. Programming parameters of the product. 1.4 PLC GENERAL DESCRIPTION A. The intent of these specifications is to describe Programmable Logic Controllers, hereafter referred to as PLC'S. All equipment shall be finished with all necessary hardware, software, and accessories to allow the unit(s) to operate as specified after installation. No additional purchases shall be required to make the unit(s) operational as specified. PART 2 - PRODUCTS 2.1 CURRENCY OF MODELS A. All equipment shall. new and shall be current production models. Discontinued models and models about to be discontinued are not acceptable. All products shall be factory assembled and fully tested. City of Lubbock, S.A.C. Facilities 13550 - 2 2.2 PRODUCT QUANTITY A. 6 sets of programming software and or diagnostics software if available. B. 6 sets of any and all PC to PLC interface devices required for programming. 2.3 PRODUCT INFORMATION A. The vendor shall submit detailed and illustrated descriptions for each product quoted. 2.4 PRODUCT DEMONSTRATION A. The City of Lubbock reserves the right to receive a demonstration of the product to verify that all specified criteria can be met. The City of Lubbock also reserves the right to reject any or all bids or accept the bid deemed most advantageous to the City of Lubbock. 2.5 BID COMPLIANCE A. The vendor shall comply with all specification requirements. Quotations shall be submitted on the City of Lubbock's specification forms. All items on the forms shall be addressed. B. Any exception to any specification or part of a specification shall be cited and explained fully in the bid. Otherwise, it is understood that all requirements will be met exactly as specified and any equipment received that does not meet the specification will be returned for full refund. C. Quotations on items that do not meet the minimum specifications for each type of equipment will not be considered unless those exceptions are thoroughly explained in the space provided. PART 3 - HARDWARE 3.1 DESCRIPTION A. The PLC'S shall be designed for growth with Modbus capabilities and be able to -� network with each other. B. The PLC'S will be programmable by IBM compatible personal computer through Software provided by the vendor. Systems operational and installation manuals and software guides will also be provided. City of Lubbock, S.A.C. Facilities 13550 - 3 C. All PLC's shall be accompanied by a systems operational/installation manual. D. The programming software shall be accompanied by a software guide, and no less than six programming keys and PC to PLC interface devices if required. E. The PLC's shall have a process temperature range of 0 to +60 degrees C. F. The PLC's shall have a minimum of 31 timers, 31 counters, 2 K bytes RAM, 1020 flags, 250 digital I/o any mix. Analog I/O 15 any mix. G. PLC's shall be GE Fanuc series 90-30 model 331 or customer approved equal. END OF SECTION City of Lubbock, S.A.C. Facilities 7 l l SECTION 15 MECHANICAL i r r 15010 -1 SECTION 15010 MECHANICAL: GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Section Includes: 1. Mechanical equipment. 1.2 RELATED SECTIONS A. Section 09905 - Painting and Protective Coatings. B. Section 11005 - Equipment: General Requirements. C. Section 15990 - HVAC Systems: Balancing and Testing. D. Section 16100 -Electrical General Provisions. 1.3 QUALITY ASSURANCE A. Comply with requirements of Section 11005. B. Perform work in strict accordance with rules, regulations, codes, ordinances, or laws of Local, State, and Federal governments, or of other authorities having lawful jurisdiction. Such rules, regulations, codes, ordinances, or laws include but are not necessarily limited to the following: 1. State building and fire codes. 2. State plumbing and mechanical codes. 3. City of Lubbock, building and fire codes. 4. City of Lubbock, plumbing and mechanical codes. 5. American Gas Association (AGA). 6. National Electric Code (NEC). 7: National Fire Protection Association (NFPA). 8. Occupational Safety and Health Act (OSHA). 1.4 REFERENCES A. American National Standards Institute (ANSI): a. B40.1, Gauges -Pressure Indicating Dial Type Elastic Element.. B. American Society of Mechanical Engineers (ASME). City of Lubbock, S.A.C. Facilities 15010 -2 C. American Society for Testing and Materials (ASTM) a. A36, Specification for Structural Steel. D. Factory Mutual Association (RA). E. Instrument Society of America (SA): a. S20, Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. F. National Electric Manufacturers Association (NEMA). G. Sheet Metal and Air -Conditioning National Contractors Association (SMACNA). 1.5 SUBMITTALS A. See Section 01300. - B. Verify on sheet metal shop drawings dimensions, transverse' joints, reinforcement, seams, seals, fittings, hangers and miscellaneous appurtenances. Include on fabrication drawings location and connection details of jointed sections to permit access and maintenance of connected equipment, dampers, and controls. C. Submit copies of manufacturer's written directions regarding equipment and material handling, installation, operation and maintenance. D. Detail coordinations, connections, offsets and crossovers inn work. _ E. Locate and dimension equipment items with reference to other items of work accurately. 1.6 PERMITS A. Permits, Fees, Licenses, and Inspections: 1. Make arrangements for, obtain, and pay for necessary permits, licenses, and inspections. Pay necessary fees in conjunction with mechanical work. -- PART 2 - PRODUCTS 2.1 MATERIALS A. Electric Wiring, Motors and Controls: 1. Comply to requirements of Sections11005, and Section .16100. City of Lubbock, S.A.C. Facilities r 15010 -3 F F F F i PART 3 - EXECUTION 3.1 INSTALLATION A. Cutting, Fitting, Repairing, Patching, and Finishing: 1. Arrange and pay for cutting, fitting, repairing, patching, and finishing of work of other trades where it is necessary to disturb such work to permit installation of mechanical work. Perform work only with craftsmen skilled in their respective trades. 2. Avoid cutting, insofar as possible, by setting frames and related work and by requesting openings in advance. Assist other trades in securing correct location and placement of rough -frames, openings, and related work for piping. 3. Before cutting obtain permission from Owner Representative. Cut holes neatly and as small as possible to admit work. Include cutting where openings have been omitted. Perform cutting in manner so as not to weaken walls, partitions or floors. Drill holes cut in floors without breaking out around holes. 4. Where cutting of holes through reinforced concrete is necessary, cut by rotary type electric drills, and hand or manual hammer type drills will not be allowed. Locate holes so as not to affect structural sections such as ribs or beams. Layout holes in advance and perform drilling only after approval by Engineer. 5. Where alterations are necessary, including outside trenching, disturbing lawns, walks, paving, etc., or where new or old work join, cut, remove, patch, repair and restore adjacent surfaces and leave in as good condition as existed prior to start of work. 6. Fireproofing repair: Install hangers, inserts, supports, anchorages. etc., prior to installation of fireproofing materials. Do not remove or damage fireproofing on roof deck, roof beams, roof framing, floor beams, floor framing members, columns, or wind bracing during installation of mechanical work. If fireproofing is damaged or is removed, repair or replace to satisfaction of Owner's Representative and at no additional expense to Owner. I: C. Installation of Equipment: 1. Comply to requirements of Section 11005. 2. Use galvanized structural steel installed in areas of high humidity or locations where moisture may collect due to condensation. 3. Use structural steel members conforming to ASTM A36. Furnish with shop coat primer and retouch primer after field welding, in accordance with Section 09905. Provisions for Later Installation: When mechanical work can not be installed as structure is being erected, provide and arrange for building in of boxes, sleeves, insets, fixtures or devices necessary to permit installation later. Lay out chases, holes or City of Lubbock, S.A.C. Facilities 150104 other openings which must be provided in masonry, concrete or other work. 2. Verify nature and arrangements of materials and construction to which this work attaches or passes through. D. Access to Equipment of Maintenance: 1. Install equipment and piping in such manner as to permit access for normal maintenance. Maintain easy access to motors, drives, compressors, and arrange piping, conduit, and related work to facilitate maintenance. Perform relocation of pipes and other obstacles required to permit access at request of Owner's Representative at no additional cost to Owner. 2. Provide access doors or panels in walls, floors, and ceilings to permit access to .valves, strainers, traps, cleanouts, motors, and equipment and piping requiring service. 3. Size of access panels to allow inspection and removal of items served, minimum 12 x 12 IN size. Fabricate door frame of minimum 14 GA, stretcher leveled stock, cadmium plated or galvanized after fabrication and fitted with screw driver lock of cam type. Furnish panels with prime coat of paint. Style and type as required for material in which door installed. E. Painting. 1. See Section 09905. 2. If factory finish on equipment is damaged in shipment or during construction, refinish equipment to satisfaction of Owner's Representative. 3.2 FIELD QUALITY CONTROL A. Balancing and Performance Tests: 1. On date predetermined and agreed upon by manufacturer, Owner's Representative, and Installer, prior to acceptance of installation by Owner, conduct various tests witnessed by Owner's Representative to determine operational and functional acceptability of equipment installed. Tests will determine that items of equipment and materials installed fully meet requirements as to type, quality, design, and performance as stipulated in Contract Documents. If any work performed or any equipment furnished and installed is found to be defective take remedial measures and arrange for new tests at no extra cost to Owner. If, after retests, installation is still found to be inadequate, remove defective equipment and reinstall equipment of operational adequacy to satisfy Owner's Representative that Contract Documents have been satisfied. Perform this work at no additional cost to Owner. END OF SECTION City of Lubbock, S.A.C. Facilities 15060 - 1 SECTION 15060 PIPE AND PIPE FITTINGS: GENERAL REQUIREMENTS PART 1-GENERAL 1.1 SECTION INCLUDES A. Process piping systems B. Utility piping systems C. Plumbing piping systems 1.2 RELATED SECTIONS A. Section 09905 - Painting and Protective Coatings B. Section 10400 - Identification, Stenciling, and Tagging Systems C. Section 15090 - Piping Installation 1.3 REFERENCES A. American National Standards Institute (ANSI): 1. B 16.3, Malleable Iron Threaded Fittings. 2. B 16.22, Wrought Copper and Bronze Solder - Joint Pressure Fittings. 3. B40.1, Gauges - Pressure Indicating Dial Type - Elastic Element. 4. C 110, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN for Water and Other Liquids. 5. C 115, Flanged Ductile Iron Pipe with Threaded Flanges. 6. C151, Ductile -Iron Pipe, Centrifugally Cast In Metal Molds or Sand -Lined Mold for Water or Other Liquids. B. American Society for Testing and Materials (ASTM): 1. A53, Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated Welded and Seamless. 2. A74, Cast -Iron Soil Pipe and Fittings. 3. A234, Standard Specification for Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures. 4. B88, Seamless Copper Water; Tube (ANSI H23.1). 5. C564, Rubber Gaskets for Cast -Iron Soil Pipe and Fittings. 6. D 1785, Specification for Rigid Poly Vinyl Chloride (PVC) Compounds and Chlorinated Poly Vinyl Chloride (CPVC) Compounds. 7. D2466, Socket Type (PVC) Plastic Pipe Fittings, Schedule 40. City of Lubbock, S.A.C. Facilities 15060 - 2 8. D2467, Socket Type (PVC) Plastic Pipe Fittings, Schedule 80. C. American Water Works Association (AWWA): i-' a. C111, Rubber -Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. _ b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. D. Cast Iron Soil Pipe Institute (CISPI): a. 301, Hubless Cast -Iron Sanitary System: With No Hub Pipe and Fittings. 1.4 SYSTEM DESCRIPTION A. Piping Systems Organization and Definition: 1. Piping services are grouped into designated systems according to the chemical and physical properties of the fluid conveyed, system pressure, piping size and system materials of construction. 2. Table A below defines each service classification, its symbol, and the designated system classification of each service. TABLE A - PIPING SERVICES SYMBOL SERVICE SYSTEM CLS Chlorine Solution 7 AMS Ammonia Solution 7 PW Potable Water 10 CLG Chlorine Gas 14 AMG.. Ammonia Gas 14 3. See PIPING SPECIFICATION SCHEDULES in PART 3. 1.5 SUBMITTALS A. Submit under provisions of Section 01300 B. Shop Drawings for the following must be designed and sealed by a Professional Engineer registered in the State of Texas. 1. Fabrication and/or layout drawings: a. Exterior yard piping drawings (minimum scale 1 IN equals 10 FT) with information including: 1) Dimensions of piping lengths. 2) Invert or centerline elevations of piping crossings. 3) Acknowledgment of bury depth requirements. 4) Details of fittings, tapping locations, thrust blocks, restrained joint segments, harnessed joint segments, hydrants, and related appurtenances. City of Lubbock, S.A.C. Facilities 15060 - 3 F r r r- i F 13 5) Acknowledge designated valve or gate tag numbers, manhole numbers, instrument tag numbers, pipe and line numbers. 6) Line slopes and vents. Interior piping drawings (minimum scale 1/8 IN equals 1 FT) with information including: 1) Dimensions of piping and end connections. .2) Invert or centerline dimensions. 3) Centerline elevation and size of intersecting ductwork, conduit/conduit racks, or other potential interferences requiring coordination. 4) Location and type of pipe supports and anchors. 5) Locations of valves and valve operator type. 6) Details of fittings, tapping locations, equipment connections, flexible expansion joints, connections to equipment, and related appurtenances. '7) Acknowledgment of valve and equipment tag numbers and instrument tag numbers. 8) Provisions for expansion and contraction. 9) Line slopes and air release vents. 10) Rough -in data for plumbing fixtures. C. Schedule of interconnections to existing piping. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Copies of manufacturer's written directions regarding material handling, delivery, storage and installation. C. Master schedule showing piping appurtenances, pipe size, schedule of pipe, type linings and coatings. d. Technical product data on piping appurtenances. 3. Certifications: a. Qualifications of lab performing disinfection analysis on water systems. 4. Test reports: a. Copies of pressure test results on all piping systems. b. Reports defining results of dielectric testing and corrective action taken. C. Disinfection test report. d. Notification of time and date of piping pressure 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect pipe coating during handling using method recommended by manufacturer. Use of bare cables, chains, hooks, metal bars or narrow skids in contact with coated pipe is not permitted. B. Prevent damage to pipe during transit. Repair abrasions, scars, and blemishes. If repair of satisfactory quality cannot be achieved, replace damaged material immediately. j City of Lubbock, S.A.-C. Facilities f 15060 - 4 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS _ A. The following Manufacturers are acceptable, or approved equal: 1. Insulating unions:.. "Dielectric" by Epco. 2. Dirt strainers (Y type): Mueller (No.351), Sarco or Armstrong. 3. Chemical strainers (Y type): Chemtrol. ^ 4. Dry disconnect couplings: Kamlock. 5. Gauges: Ashcroft. 6. Pressure Switches: Mercoid. B. Submit requests for substitution in accordance with Specification Section 01640. 2.2 PIPING Specification SCHEDULES A. Piping system materials, fittings and appurtenances are subject to requirements of specific piping specification schedules located at the end of PART 3 of this Specification; unless otherwise shown on Drawings or Drawing Schedule. 2.3 COMPONENTS AND ACCESSORIES A. Insulating Components: - 1. Insulating flanges: a. Flat faced 1/8 IN thick dielectric asbestos for temperatures up to 700 DegF. b. 1/32 IN wall thickness spiral wound mylar bolt sleeves. C. 1/8 IN thick high strength phenolic insulating washers. 2. Dielectric unions: a. Screwed unions rated at 250 psi for pipe sizes 2-1/2 IN and over. b. Provide with dielectric gaskets suitable for continuous operation at fluid temperatures to 240 DegF. B. Strainers for Chemical Applications: 1. Provide Y-type strainers at locations shown on drawings or specified. 2. Provide strainers of same material, working pressure, and temperature rating as system in which strainer is placed. 3. Provide ball valve with hose thread nipple in the blowoff outlet. C. Protective Coating and Lining: 1. Include pipe, fittings, and appurtenances, where coatings, linings, paint, tests and other items are stated. 2. Field paint pipe in accordance with Section 09905. D. Underground Warning Tape: 1. See Section 10400. City of Lubbock, S.A.C. Facilities 15060 - 5 E. Pressure Gauges: 1. Provide on piping systems as shown on Contract Drawings and specified. 2. Provide on `each gauge with a 250 LB stainless steel needle valve at the point of i i connection to equipment or piping. Provide a second valve if the gauge is panel mounted for use at a panel. r3. All components: Suitable for service at 200 psig and 250 DegF r ' 4. Material for case, ring, bourdon tube socket, angle valve, and connection tubing: 5. Stainless steel. Needle valves and connection tubing: a. 1/4 IN NPT on 2-1/2 IN dial size. r— b. 1/2 IN on 4-1/2 IN dial size. i 6. Calibrate gauges at job site for pressure and temperature in accordance with manufacturer's instructions. (� 7. Unless otherwise required by codes, provide stem -mounted or flush -mounted t : units with dial diameter as follows: PIPE SIZE DIALSIZE r" 1 1/2 IN or less 2-1/2 IN lL Larger than 1-1/2 IN 4-1/2 IN 8. Colors: a. Faces: White. b. Numerals: Black. 9. C. Pointers: Black. Pressure range: 200 percent of normal operation. Furnish compound type gauges on equipment suction which show at least 10 psi vacuum. 10. Provide stainless steel pulsation dampeners on all gauge applications which involve positive displacement equipment. 11. Provide stainless steel protector to separate process fluid from the pressure element on all gauges except potable and recycle water, and air systems. Furnish protector type listed below: GAUGE APPLICATION PROTECTOR PROTECTOR FLUID C12, NaOH Ashcroft Type halocarbon 200 Diaphragm _ seal or equal. 12. Provide diaphragm seal housing of stainless steel construction. 13. Provide 1/2 IN stainless steel anti -siphon pigtail inlet connection for hot water t applications. 14. Gauge accuracy: Within 1 percent. F. Pressure Switches: 1. Materials: a. Bourdon tube: 316 stainless steel. b. Diaphragm seal housing: 316 stainless steel. C. Switch isolating ball valves: as specified for chemical piping. FCity of Lubbock, S.A.C. Facilities 15060 - 6 2. Accessories: a. Provide ball valve to isolate pressure switch from source. b. Provide protector to separate process fluid from the pressure element. C. System fill applications: 1. Diaphragm seal. 2. Sealed sleeve. d. ,System fill material: 1. Utilize halocarbon fill for process applications involving strong oxidizing agents like Chlorine. 2. Utilize manufacturer's standard fill for other applications. Ensure fill is suitable for application temperatures. e. On applications where a pressure switch and a pressure gage are used at the same location, it is permissible to utilize one pulsation dampener and diaphragm seal to isolate both elements from the process fluid. 3. Design and fabrication: a. Utilize hermetically sealed mercury contact or snap action switches. b. Two SPDT contacts rated: 1. 5 A inductive at 120 V AC. C. Switch set points: 1. Set points between 30 and 70 percent of switch rated working range. 2. Operating pressure not to exceed 75 percent of switch rated working range. d. Accuracy: Better than 1 percent of full scale. e. _Process connection: Minimum of 1/4 IN. PART 3 - EXECUTION 3.1 EXTERIOR PIPING INSTALLATION A. Unless otherwise shown on the Drawings, provide a minimum of 4 FT and maximum of 8 FT earth cover over exterior buried piping systems and appurtenances conveying water, fluids, or solutions subject to freezing. B. Enter and exit through structure walls, floors, and ceilings by using wall penetrations specified in Section 01800 or as shown on Drawings. C. Install flexible joint within 2 FT of point where pipe enters or leaves structure. Install second flexible joint not more than 6 FT nor less than 4 FT from first joint. Provide balance of piping with standard laying lengths. D. Install expansion devices as necessary to allow expansion and contraction movement. E. Laying Pipe In Trench: 1. Excavate and backfill trench in accordance with Section 02221. City of Lubbock, S.A.C. Facilities r 15060 - 7 r L 2. Clean each pipe length thoroughly and inspect for compliance to Specifications. 3. Grade trench bottom and excavate for pipe bell and lay pipe on trench bottom. 4. Install gasket or joint material according to manufacturer's directions after joints have been thoroughly cleaned and examined. 5. Except for first two joints, before making final connections of joints, install two r full sections of pipe with earth tamped along side of pipe or final with bedding material placed. r, 6. Lay pipe in only suitable weather with good trench conditions. Never lay pipe in water except where approved by Owner's Representative. 7. Seal open end of line with watertight plug if pipe laying stopped. 8. Remove water in trench before removal of plug. F. Lining Up Push -On Joint Piping: 1. Lay piping on route lines shown on Drawings. 2. Deflect from straight alignment or grades by vertical or horizontal curves and offsets. 3. Observe maximum deflection values stated in manufacturer's written literature. 4. Provide special bends when specified or where required alignment exceeds allowable deflections stipulated. 5. Install shorter lengths of pipe in such length and number that angular deflection of any joint, as represented by specified maximum deflection, is not exceeded. G. Anchorage and Blocking: 1. Provide reaction blocking, anchors, joint harnesses, or other acceptable means for preventing movement of piping caused by forces in or on buried piping tees, wye branches, plugs, or bends. 2. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. Concrete blocks shall not cover pipe joints. 3. Provide bearing area of concrete in accordance with drawing detail. H. See Section 10400 for Underground Hazard Warning Tape. I. Install insulating components where dissimilar metals are joined together. 3.2 INTERIOR PIPING INSTALLATION A. Install piping in vertical and horizontal alignment as shown on Drawings. B. Alignment of piping smaller than 4 IN may not be shown. However, install according to Drawing intent and with ample clearance and allowance for: 1. Expansion and contraction. 2. Operation and access to equipment, doors, windows, hoists, moving equipment. 3. Headroom and walking space for working areas and aisles. 4. System drainage and air removal. FCity of Lubbock, S.A.C. Facilities 15060 - 8 C. Enter and exit through structure walls, floor and ceilings using wall penetrations as specified in Section 01800 and as shown on the Drawings. D. Install vertical piping runs plumb and horizontal piping runs parallel with structure walls. E. Use methods of piping support as shown on Drawings and as required in Section 15090. Where pipes run parallel and at same elevation or grade, they may be grouped and supported from common trapeze -type hanger, provided hanger rods are increased in size as specified for total supported weight. The pipe in the group requiring the least _ maximum distance between supports shall set the distance between trapeze hangers. F. Locate and size sleeves required for piping system. Arrange for chases, recesses, inserts or anchors at proper elevation and location. G. Use reducing fittings throughout piping systems. Bushings will not be allowed unless specifically approved. H. Install expansion 'devices as necessary to allow expansion/contraction movement. I. Install all interior drain, waste, vent and potable water concealed unless otherwise indicated on Drawings. J. Soil and Waste Piping Installation: 1. Install horizontal soil or waste lines less than 4 IN diameter. with a slope of not less than 1/4 INNT or 2 percent toward the point of disposal. Install 4 IN and larger piping at 1/8 IN per foot. 2. Install as close to construction as possible to maintain maximum head room. 3. Make changes of direction with 1/8 bends and junctions with wye fittings. 4. Use short wye fittings in vertical pipe only. 5. Install handhole test tee at base of each stack. 6. Install cleanouts at dead ends, at changes of direction and at 50 FT intervals on — horizontal runs. Where cleanouts occur in concealed spaces, provide with extensions to floors above or to walls as required. 7. Install piping true to grade and alignment. Begin at the system low point. — 8. Locate vertical extensions of underground piping below partition walls for concealment in wall. In locations where hubs are wider than partition, set hubs 1 IN below final floor: K. Vent Piping. Installation: 1. Run vent stack parallel to each soil or waste stack to receive branch vents from fixtures. 2. Originate each vent stack from soil or waste pipe at its base. 3. Where possible, combine soil, waste or vent stack before passing through roof so as to minimize roof openings. City of Lubbock, S.A.C. Facilities r 4 i F 4. Offset pipes running close to exterior walls away from such walls before passing through roof to permit proper flashing. 5. Provide pipes passing through roofs with cast iron increasers minimum of 12 IN below roof one size larger than pipe but in no case less than 4 IN. 6. Terminate each vent with approved frostproof jacket. 7. Carry vent stacks 4 IN and larger full size through roof. Extend vent stacks at least 12 IN above roofing. S. Pipe vents from pressure regulating devices in compliance with local codes. L. Potable Water Piping Installation: 1. Install drain tees with capped nipples of IPS brass 3 IN long at low points. If low point occurs in concealed piping, provide approved flush access panel. These drains are not shown on Drawings. 2. Slope water lines down to drain points not less than IIN in 60 FT. 3. Install all threaded piping with clean-cut tapered threads and with ends thoroughly reamed after cutting to remove burrs. Pipe joint cement permitted only on external threads. For screwed nipples for connections to flush valves, lavatory supplies, and other equipment with threaded connections use iron, copper, or brass pipe. 4. Install ball, butterfly and plug valves where indicated or required to adequately service all parts of system and equipment: a. Install valves on each branch serving restroom. b. Install valves on inlet and outlet connections of heat exchangers and on other equipment connected to water lines. 5. Install unions between valves and connections to each piece of equipment, and install sufficient number of unions throughout piping system to facilitate installation and servicing. On copper pipe lines, install wrought, solder joint, copper to copper unions for lines 2 IN and smaller and, for line 2-1/2 IN and over install brass flange unions. 6. Install piping so as to be free to expand with proper loops, anchors and joints without injury to system or structure. 7. Provide approved type vacuum breaker and backflow preventer installations indicated or as required by Code. M Anchorage and Blocking: 1. Block, anchor, or harness exposed piping subjected to forces, in which mechanical, push on, flexible, or similar joints are installed, to prevent separation of joints and transmission of stress into equipment or structural components not designed to resist those stresses. N. Equipment Pipe Connections: 1. Exercise care in bolting flanged joints so that there is no restraint on the opposite end of pipe or fitting which would prevent uniform gasket pressure at connection or would cause unnecessary stresses to be transmitted to equipment flanges. City of Lubbock, S.A.C. Facilities